Loading...
R26-041 RESOLUTION NO. R26-041 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 2 BEACH, FLORIDA, APPROVING THE PIGGYBACK AGREEMENT 3 BETWEEN THE CITY OF BOYNTON BEACH AND GALLS, LLC, FOR 4 DIRECT PURCHASE OF APPAREL, UNIFORMS, AND ACCESSORIES FOR 5 POLICE, FIRE, AND GENERAL EMPLOYEES, WITH AN ANNUAL 6 EXPENDITURE NOT TO EXCEED $450,000; PROVIDING AN EFFECTIVE 7 DATE; AND FOR ALL OTHER PURPOSES. 8 9 WHEREAS, the City requires apparel, uniforms, and accessories for police,fire, and general 10 employees; and 11 WHEREAS, on May 15, 2025, the Region 4 Education Service Center ("Region 4 ESC") 12 Department of Procurement issued "Request for Proposal" (RFP) 25-10, as the Principal 13 Procurement Agency, which partnered with OMNIA Partners to establish a Master Agreement for 14 Direct Purchase of Apparel, Uniforms, Accessories, Products and Services ("Services") for which 15 they received four (4) responses; and 16 WHEREAS, the Region 4 Education Service Center ("Region 4 ESC") and OMNIA Partners 17 found Galls, LLC ("Vendor") to be the lowest responsive, responsible bidder, and awarded it a 18 three-year(3) agreement commencing October 1, 2025, with a termination date of September 30, 19 2028, with an option for two (2) additional one-year renewals; and 20 WHEREAS, the City of Boynton Beach is a member of OMNIA Partners and desires to 21 obtain goods from the Vendor; and 22 WHEREAS, the requested Piggyback Agreement with the Vendor is necessary to the 23 functions of the City; and 24 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 25 best interests of the City's citizens and residents to approve the Piggyback Agreement with the 26 Vendor to provide the City with apparel, uniforms, and accessories for police, fire, and general 27 employees, with an annual amount not to exceed $450,000.00. 28 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 29 BEACH, FLORIDA, THAT: 30 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 31 being true and correct and are hereby made a specific part of this Resolution upon adoption. 32 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby RESOLUTION NO. R26-041 33 approve the Piggyback Agreement with Vendor in form and substance similar to that attached as 34 Exhibit A. 35 SECTION 3. The City Commission of the City of Boynton Beach, Florida, hereby 36 authorizes the Mayor to execute the Piggyback Agreement and any ancillary documents as may 37 be necessary to accomplish the purpose of this Resolution. The Mayor is further authorized to 38 execute any Renewals pursuant to the Piggyback Agreement. 39 SECTION 4. The fully executed Piggyback Agreement shall be retained by the City Clerk 40 as a public record of the City, and a copy shall be provided to Taralyn Pratt to forward to the 41 Vendor. 42 SECTION 5. This Resolution shall take effect in accordance with the law. 43 [signatures on the following page] RESOLUTION NO. R26-041 44 PASSED AND ADOPTED this a day of `41 v 2026. 45 CITY OF BOYNTON BEACH, FLORIDA 46 YES NO 47 Mayor— Rebecca Shelton ✓ 48 49 Commissioner— Mack McCray 1./ 50 51 Commissioner—Angela Cruz ✓ 52 ‘‘C..e_ r'14)...vG9' 53 E ,,„„:.: , L Thomas Turkin 54 55 Commissioner—Aimee Kelley %./ 56 57 VOTE i 58 ATTEST: 59 60 CAS- 61 Tammy Stanz. ne Rebecca Shelton 62 Deputy City Clerk Mayor 63 _-1W-ON eF. 64 j Q�),•QORATE•..."70 APPROVED AS TO FORM: 65 (Corporate Seal) -off;(o�` �� Vi , 66 -3, Rp��� ' :\NC 19 67 n i Aau44-- 2O ' %68 .. •,�� Shawna G. Lamb 69 �•• •�''( '• City Attorney PIGGYBACK AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND GALLS, LLC This Piggyback Agreement is made as of this lay of - - , 2026, by and between Galls, LLC, a Limited Liability Company registered to do business in the State of Florida, with a principal address of 1340 Russell Cave Road, Lexington, KY 40505, hereinafter referred to as "Vendor," and the City of Boynton Beach, a municipal corporation organized and existing under the laws of Florida, with a business address of 100 East Ocean Avenue, Boynton Beach, Florida 33435, hereinafter referred to as "City." RECITALS WHEREAS, on May 15, 2025, the Region 4 Education Service Center ("Region 4 ESC") Department of Procurement issued " Request for Proposal" (RFP) 25-10, as the Principal Procurement Agency, which partnered with OMNIA Partners to establish a Master Agreement for Direct Purchase of Apparel, Uniforms, Accessories, Products and Services ("Services") for which they received four (4) responses; and WHEREAS, the Region 4 Education Service Center ("Region 4 ESC") and OMNIA Partners found Galls, LLC to be the lowest responsive, responsible bidder, and awarded it a three-year (3) agreement commencing October 1, 2025,with a termination date of September 30, 2028, with a option for an additional two (2) one-year renewal options; and WHEREAS, the City of Boynton Beach is a member of OMNIA Partners Member ID 4002822; and WHEREAS, OMNIA Partners instituted a cooperative purchasing program under which member Participating Agencies may reciprocally utilize competitively solicited Master Agreements awarded by the Principal Procurement Agency, a copy of the Master Agreement is attached hereto as Exhibit"A"; and WHEREAS,the City desires to obtain the Good and/or Services from Vendor; and WHEREAS, the City's Purchasing Policy Section X — Alternatives to Formal Sealed Bids, provides authority for the City to acquire or contract for goods/services without utilizing a sealed competitive method or the written quotations method where the desired services are the subject of an agreement that utilizes another government entity's contract, provided that the contract was awarded based strictly on competitive bidding; and Galls,LLC-Piggyback Agreement 26-033PB-Uniforms for PD,Fire General Employees WHEREAS, the City and Vendor have agreed to allow the City to piggyback the Master Agreement, a copy of which is attached as Exhibit A. NOW, THEREFORE, in consideration of the mutual covenants contained herein, and for other valuable consideration received, the receipt and sufficiency of which are hereby acknowledged,the parties agree as follows: AGREEMENT 1. The foregoing recitals are true and correct and are hereby incorporated into this Agreement. 2. TERM:The term of this Agreement commences retroactively on October 1, 2025, and will remain in effect until September 30, 2028,with (2)one-year renewal options(collectively the "Term").The initial term and any subsequent renewals of this Agreement are subject to the renewal or extension of the Master Agreement.The Mayor is authorized to execute amendments to renew the Agreement on behalf of the City. 3. CONTRACT TERMS: The Vendor agrees to provide Goods and/or Services to the City, on an as-needed basis as requested by the City through purchase orders, on the same terms and in the same manner outlined in the Master Agreement,except as otherwise provided herein. The City has no obligation to purchase any minimum quantity of Goods. All recitals, representations, and warranties of Vendor made by Vendor in the Master Agreement are restated as if set forth fully herein, made for the benefit of the City, and incorporated herein, except that all references to the "Region 4 Education Service Center (Region 4 ESC") and OMNIA Partners" are hereby replaced with the "City of Boynton Beach." Vendor represents and warrants that all Good delivered shall conform to the specifications, descriptions, and quality standards set forth in the Master Agreement. Vendor shall, without additional compensation, promptly repair or replace any defective, damaged, or non-conforming Goods. Vendor warrants all Goods provided under this Agreement for a period of one (1) year from the date of delivery and acceptance by the City. Vendor shall be responsible for all costs associated with warranty repairs or corrections, regardless of when the deficiency is discovered during the warranty period. Failure to correct deficiencies within a reasonable time, as determined by the City, shall constitute a material breach of this Agreement. The City shall compensate Vendor pursuant to the rates outlined in the Master Agreement in an annual amount not to exceed FOUR HUNDRED FIFTY THOUSAND DOLLARS ($450,000.00) per year. 4. NOTICES: All Notices to the City shall be in writing by certified mail return receipt requested, or customarily used overnight transmission with proof of delivery, sent to: City: Daniel Dugger, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010/ Facsimile: (561) 742-6090 Galls.LLC—Piggyback Agreement 26-033PB—Uniforms for PD.Fire General Employees 2 Copy: Shawna G. Lamb, City Attorney City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 Telephone: (561) 742-6010/ Facsimile: (561) 742-6090 Vendor Contact: Mike Fadden Galls, LLC 1340 Russell Cave Road Lexington, KY 40505 Telephone: (844) 464-2557 Email: bidreview@galls.com 5. INVOICES AND PAYMENT: Invoices must identify the PO number and should be mailed to: Boynton Beach Finance Department Attn: Accounts Payable P.O. Box 310 Boynton Beach, FL 33425 Invoices shall show the nature of the service and dates(s) of service. Invoices based on hourly rates shall show the actual hours worked, the person performing services, the nature of the service, the hourly rate, and the dates(s) of service. Invoices may be submitted no more frequently than monthly. However, all services rendered before September 30th of any given year must be invoiced by September 30th of that year. Vendor shall provide a W-9 with the first invoice. The fee shall be paid based on receipt of a proper invoice in accordance with the invoice schedule indicated above. Payment will be made within 45 days of receipt of a proper invoice in accordance with the Local Government Prompt Payment Act, Section 218.70, et al., Florida Statutes. No payment made under this Agreement shall be conclusive evidence of the performance of this Agreement by Vendor, either wholly or in part, and no payment shall be construed to be an acceptance of or to relieve Vendor of liability for the defective, faulty, or incomplete rendition of the services. 6. TAX EXEMPT: Prices applicable to the City do not include applicable state and local sales, use, and related taxes. The City is exempt from state and local sales and use taxes and shall not be invoiced for them. Upon request, the City will provide the Vendor with proof of tax-exempt status. 7. SOVEREIGN IMMUNITY: Nothing contained in this Agreement nor contained herein shall be considered nor construed to waive City's rights and immunities under the common law or section 768.28, Florida Statutes, as may be amended. 8. ATTORNEY'S FEES: If either Party brings suit for enforcement of the Agreement, each Party shall bear its own attorney's fees and court costs. Galls,LLC—Piggyback Agreement 26-033PB—Uniforms for PD,Fire General Employees 3 9. PUBLIC RECORDS:The City is a public agency subject to Chapter 119, Florida Statutes.The Vendor shall comply with Florida's Public Records Law. Specifically, the Vendor shall: A. Keep and maintain public records required by the City to perform the service; B. Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Vendor shall destroy all copies of such confidential and exempt records remaining in its possession once the Vendor transfers the records in its possession to the City; and D. Upon completion of the contract, Vendor shall transfer to the City, at no cost to the City, all public records in Vendor's possession. All records stored electronically by Vendor must be provided to the City, upon request from the City's custodian of public records, in a format compatible with the City's information technology systems. E. IF THE VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE VENDOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CITY CLERK'S OFFICE 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 561-742-6060 CityClerk@bbfl.us 10. DISCRIMINATORY VENDOR AND SCRUTINIZED COMPANIES LISTS; COUNTRIES OF CONCERN. Vendor represents that it has not been placed on the "discriminatory vendor list" as provided in Section 287.134, Florida Statutes, and that it is not a "scrutinized company" under Sections 215.473 or 215.4725, Florida Statutes. Vendor represents and certifies that it is not, and for the duration of the Term, will not be, ineligible to contract with City on any of the grounds stated in Section 287.135, Florida Statutes. Vendor represents that it is and will remain in compliance with Section 286.101, Florida Statutes, for the duration of the Term. Galls,LLC—Piggyback Agreement 26-033PB—Uniforms for PD,Fire General Employees 4 11. E-VERIFY. Vendor shall comply with Section 448.095, Fla. Stat., "Employment Eligibility," including registering and using the E-Verify system to verify the work authorization status of employees. Failure to comply with Section 448.095, Fla.Stat.shall result in termination of this Agreement. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the termination date. If this Agreement is terminated for Vendor's violation of the statute, Vendor may not be awarded a public contract for one (1)year after the termination date. 12. ENTITIES OF FOREIGN CONCERN. The provisions of this section apply only if Vendor or any subcontractor will have access to an individual's personal identifying information under this Agreement. Vendor represents and certifies: (i) Vendor is not owned by the government of a foreign country of concern; (ii) the government of a foreign country of concern does not have a controlling interest in Vendor; and (iii) Vendor is not organized under the laws of and does not have its principal place of business in, a foreign country of concern. On or before the effective date of this Agreement, Vendor and any subcontractor that will have access to personal identifying information shall submit to City executed affidavit(s) under penalty of perjury, in a form approved by City, attesting that the entity does not meet any of the criteria in Section 287.138(2), Florida Statutes. Compliance with the requirements of this section is included in the requirements for a proper invoice, as outlined in Section 6.Terms used in this section that are not otherwise defined in this Agreement shall have the meanings ascribed to such terms in Section 287.138, Florida Statutes. 13.ANTI-HUMAN TRAFFICKING. On or before the effective date of this Agreement, Vendor shall provide City with an affidavit attesting that the Vendor does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. 14. PUBLIC ENTITY CRIME ACT. Vendor represents that it is familiar with the requirements and prohibitions under the Public Entity Crime Act,Section 287.133, Florida Statutes, and that its entry into this Agreement will not violate that Act.Vendor further represents that there has been no determination that it committed a "public entity crime" as defined by Section 287.133, Florida Statutes, and that it has not been formally charged with committing an act defined as a "public entity crime" regardless of the amount of money involved or whether Vendor has been placed on the convicted vendor list. 15. DISPUTES:Any disputes that arise between the parties regarding the performance of this Agreement that cannot be resolved through negotiations shall be submitted to a court of competent jurisdiction exclusively in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 16. EXECUTION OF THE AGREEMENT: This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts, which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes. Each person signing this Agreement on behalf of either Party individually warrants that he or she has full legal power to execute the Agreement on behalf of the Party for whom he or she is signing and to bind and obligate such Party concerning all provisions contained in this Agreement. Galls.FLU—Piggyback Agreement 26-033PB—Uniforms for PD.Fire General Employees 5 17.TERMINATION FOR CONVENIENCE: This Agreement may be terminated by the City for convenience upon fourteen (14) calendar days of written notice by the terminating party to the other party for such termination, in which event the Vendor shall be paid its compensation for services performed to the termination date, including services reasonably related to termination. If the Vendor abandons the Agreement or causes it to be terminated, the Vendor shall indemnify the City against loss pertaining to this termination. 18.TERMINATION FOR CAUSE: In addition to all other remedies available to the City, this Agreement shall be subject to cancellation by the City for cause should Vendor neglect or fail to perform or observe any of the terms, provisions,conditions,or requirements herein contained, if such neglect or failure continues for thirty (30) calendar days after receipt by Vendor of written notice of such neglect or failure. 19. INDEMNIFICATION: Vendor shall indemnify and hold harmless the City, its elected and appointed officers, agents, assigns and employees, consultants, separate vendors, any of their subcontractors, or sub-subcontractors,from and against claims, demands, or causes of action whatsoever, and the resulting losses, damages, costs, and expenses, including but not limited to attorneys' fees, including paralegal expenses, liabilities, damages, orders, judgments, or decrees, sustained by the City arising out of or resulting from (A) Vendor's performance or breach of Agreement, (B) acts or omissions, negligence, recklessness, or intentional wrongful conduct by Vendor's, its agents, employees, subcontractors, participants, and volunteers, and (C) Vendor's failure to take out and maintain insurance as required under this Agreement. Vendor shall pay all claims and losses in connection therewith and shall investigate and defend all claims,suits,or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys' fees which may issue thereon.The obligations of this section shall survive indefinitely regardless of termination of the Agreement. 20. INSURANCE: At the time of execution of this Agreement, the Vendor shall provide the City with a copy of its Certificate of Insurance reflecting the insurance coverage required by the Master Agreement. The Certificate of Insurance shall name the City of Boynton Beach and its officers, employees, and agents as additional insured. 21. BONDING: If required by applicable Florida law, Vendor shall furnish performance and/or payment bonds as required by Florida Statutes, regardless of whether such bonding was required under the Master Agreement. Vendor shall provide proof of bonding to the City prior to commencement of Services if bonding is required by law for the type of services being provided under this Agreement. 22. LIMITATION OF LIABILITY: Notwithstanding any provision of the Agreement to which it is applicable, City shall not be liable or responsible to Vendor beyond the amount remaining due to Vendor under the Agreement, regardless of whether said liability be based in tort, contract, indemnity or otherwise; and in no event shall City be liable to Vendor for punitive or exemplary damages or lost profits or consequential damages. Galls,LI,C—Piggyback Agreement 26-033PB—Uniforms for PD,Fire General Employees 23. INDEPENDENT CONTRACTOR: The Agreement does not create an employee/employer relationship between the Parties. The Parties intend that Vendor is an independent contractor pursuant to the Agreement and shall not be considered the City's employee for any purpose. 24. COMPLIANCE WITH LAWS:Vendor hereby warrants and agrees that at all times material to the Agreement, Vendor shall perform its obligations in compliance with all applicable federal, state, and local laws, rules, and regulations, including section 501.171, Florida Statutes. Non-compliance may constitute a material breach of the Agreement. 25.CONFIDENTIAL INFORMATION; GENERATIVE ARTIFICIAL INTELLIGENCE; AND DATA SECURITY. A. Confidential Information and Generative Artificial Intelligence. Unless expressly authorized in this Agreement, or in writing in advance by the City, Vendor is strictly prohibited from disclosing, uploading, or otherwise making available to third parties, directly or indirectly, including but not limited to through utilization of generative artificial intelligence tools, any exempt, confidential, sensitive security, or personal information of the City. Vendor must ensure that any use of generative artificial intelligence tools by Vendor or its subcontractors does not involve the disclosure of exempt, confidential, sensitive security, or personal information, including, without limitation, for large language model learning or training. Vendor must implement and maintain appropriate technological and operational safeguards to ensure compliance with the obligations of this section. B. Data Security; Cvbersecuritv Requirements. Vendor shall implement and maintain administrative, technical, and physical safeguards that comply with industry best practices and all applicable laws to protect City data from unauthorized access, disclosure, alteration, and destruction. Vendor shall notify the City in writing within 24 hours of discovering any actual or suspected security incident, breach, or unauthorized access involving City data. Vendor shall cooperate fully with the City in investigating, mitigating, and remediating the incident at Vendor's sole cost. Vendor shall ensure that all subconsultants comply with the requirements of this section. 26.ASSIGNMENT: If this Agreement and any interests granted herein shall be assigned, transferred, or otherwise encumbered under any circumstances by Vendor,Vendor must gain prior written consent from City thirty (30) business days before such transfer. For purposes of this Agreement, any change of ownership of Vendor shall constitute an assignment that requires the City's approval. Notwithstanding the foregoing, Vendor may, without City's consent, assign this Agreement in whole or in part as part of a corporate reorganization, consolidation, merger, or sale of substantially all of its assets related to this Agreement. Vendor shall provide City with written notice of any such corporate reorganization, consolidation, merger, or sale of substantially all of its assets related to this Agreement within thirty (30) calendar days of such event. Galls,LLC—Piggyback Agreement 26-033PB—Uniforms for PD.Fire General Employees 7 27.AGREEMENT SUBJECT TO FUNDING:The Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Boynton Beach in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. Early termination by the City due to loss of funding shall obligate the Vendor to refund any prepaid fees. 28. ENTIRE AGREEMENT. The Agreement, including the Master Agreement, sets forth the entire Agreement between the City and the Vendor concerning the subject matter of this Agreement. This Agreement supersedes all prior and contemporaneous negotiations, understandings, and agreements, written or oral, between the parties. This Agreement may not be modified except by the parties' mutual agreement set forth in writing and signed by the parties. 29.SEVERABILITY. If any provision of this Agreement or application thereof to any person or situation shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement and the application of such provisions to persons or situations other than those as to which it shall have been held invalid or unenforceable, shall not be affected thereby and shall continue in full force and effect, and be enforced to the fullest extent permitted by law. Signature Page to follow Galls.LLC—Piggyback Agreement 26-033PB—Uniforms for PD,Fire General Employees 8 IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the day and year last set forth below. CITY OF BOYNTON BEACH: VENDOR: Galls, LLC By: 1/)// By: //IA* 9/k6Rdt— Print Name: Rebecca Shelton Print Nart(e: Mikefadden Title: Mayor Title: CFO Date: VIM -c,, -‘ '*/ ✓ 0 "(e., Email Address:bidreview@galls.com Date: 02/16/2026 ATTEST: Tammy Stanzidne, Deput\L y ClerkD,iNTON J`,1 i Ok. ?ORATE•. 1b 4h City Attorney's Office `�oRPc ,1V.O Approved a to Form 1020 ; 1 By: nK ‘ 11 .......***.c?,k% FLOR0 -7 Galls,LLC—Piggyback Agreement 26-033P13—Uniforms for PD,Fire General Employees 9 EXHIBIT A MASTER AGREEMENT BETWEEN REGION 4 EDUCATION SERVICE CENTER (ESC) AND GALLS, LLC CONTRACT# R251001 Galls,LLC—Piggyback Agreement 26-033PB—Uniforms for Pll,Fire General Employees 10 Region 4 Education Service Center (ESC) Contract # R251001 for Direct Purchase of Apparel, Uniforms, Accessories, Products and Services with Galls, LLC Effective: October 1 , 2025 The following documents comprise the executed contract between the Region 4 Education Service Center and Galls, LLC, effective October 1 , 2025: I. Vendor Contract and Signature Form II. Supplier's Response to the RFP, incorporated by reference OFFER AND CONTRACT SIGNATURE FORM The undersigned hereby offers and, if awarded, agrees to furnish goods and/or services in strict compliance with the terms, specifications and conditions at the prices proposed within response unless noted in writing on the Deviation Form submitted with the request for proposal. Company Name Galls, LLC Address 1340 Russell Cave Road City/State/Zip Lexington, KY 40505 Telephone No. 844-464-2557 Email Address bidreview@galls.com Printed Name Mike Fadden Title CEO Authorized signature i 2 Q01.)24... Accepted by Region 4 ESC: Contract No. R251001 Initial Contract Term 10/1/2025 to 9/30/2028 8/26/2025 Reg on 4 ESC Authorized Board Member Date Linda Tinnerman Print Name ` .0 8/26/2025 Region 4 ESC Authorized Board Me •tel Date Victor E. White C/ Print Name Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 REGIOttt EDUCATION SERVICE CENTER 25-10 Addendum 1 Galls, LLC Supplier Response Event Information Number: 25-10 Addendum 1 Title: Direct Purchase of Apparel, Uniforms, Accessories, Products Type: Request for Proposal - Region 4 ESC Issue Date: 5/15/2025 Deadline: 7/3/2025 02:00 PM (CT) Notes: Oral communications concerning this RFP shall not be binding and shall in no way excuse an Offeror of the obligations set forth in this proposal. Only online proposals will be accepted. Proposals must be submitted via Region 4 ESC's online procurement system: region4esc.ionwave.net. No manual, emailed, or faxed proposals will be accepted. NON-MANDATORY PRE-PROPOSAL CONFERENCE Meeting to be held on Thursday, May 29, 2025, at 10:00 am CST via ZOOM at https://esc4.zoom.us/j/95908361021?from=addon; or (346) 248-7799 Meeting ID: 95908361021#. Offerors are strongly encouraged but not required to participate in a pre-proposal conference with the Procurement Contract Specialist. Page 1 of 35 pages Vendor:Galls,LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 Contact Information Address: Procurement 7145 West Tidwell Road TX 77092 Email: questions@esc4.net Page 2 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 • Galls, LLC Information Address: 1340 Russell Cave Road Lexington, KY 40505 Phone: (844) 464-2557 Email: bidreview@galls.com Web Address: galls.com By submitting your response, you certify that you are authorized to represent and bind your company. Rachel Davidson-Stebbins davidson-rachel aegalls.com Signature Email Submitted at 7/2/2025 02:59:40 PM (CT) Requested Attachments Offer and Contract Signature Form Galls Offer and Contract Signature Form_Draft.pdf Please complete, sign and upload the Offer and Contract Signature Form, located on the Attachments tab. (REQUIRED) Deviation Form Galls 25-10 Deviation Form.pdf Please complete and upload the Deviation Form, located on the Attachments tab. *NOTE: Any and add Deviations to any term or condition found in this RFP must be noted on this form. (REQUIRED) W-9 Upload W-9-Galls-LLC-2025.pdf Interested offerors must upload an updated Form W-9 prior to submitting a proposal. Products and Pricing Galls PRODUCTS AND PRICING.pdf Each offeror awarded an item under this solicitation may offer their complete product and service offering/a balance of line. Describe the full line of products and services offered by supplier. Disclosure of Interested Parties form or Evidence of Exemption Galls Form 1295 Certificate 101382249_Draft.pdf If you are required under statute to submit a Disclosure of Interested Parties form (1295 form), you must do so here. Section 6 must be completed in its entirety. Alternatively, if you are exempt under the statute, you must provide documentation affirming your exemption. (REQUIRED, see Attribute titled "DISCLOSURE OF INTERESTED PARTIES") Conflict of Interest Questionnaire No response If a conflict exists that requires the submission of a Conflict of Interest Questionnaire (CIQ), complete and upload the document here. (REQUIRED ONLY IF A CONFLICT EXISTS, see Attribute titled "CONFLICT OF INTEREST QUESTIONNAIRE"for additional information.) Diversity, HUB Certifications No response If your firm holds a certification from certifying agencies related to M/WBE, DBE, HUB, or other diverse business designations, you may upload the certificate here. (OPTIONAL) Value Added Services Galls Value Add Proposition.pdf Provide any additional information related to products and services the Offeror proposes to enhance and add value to the Contract. For example, a proposal for furniture may include additional value-added selections such as installation, white glove delivery options, setup/cleaning, classroom design/layout, special orders, etc. (OPTIONAL) OMNIA Partners - Exhibit A - Response for National Cooperative Galls OMNIA Partners- Exhibit A Contract Response for National Cooperative Contract Draft.pdf Complete and upload your response to Exhibit A- Response for National Cooperative Contract. This upload shall consist of a single document of the Proposer's own design that addresses the information in Exhibit A. Page 3 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 Galls OMNIA Partners - Exhibit F OMNIA Partners - Exhibit F Federal Funds Certifications Federal Funds Certifications Form_Draft.pdf Complete and upload your response to Exhibit F - Federal Funds Certification. This upload should consist of a single document completed with all checkboxes, initials, signatures, and information fields filled in as appropriate. Galls OMNIA Partners - Exhibit G OMNIA Partners - Exhibit G New Jersey Business Compliance New Jersey Business Compliance_Draft.pdf Complete and upload your response to Exhibit G - New Jersey Business Compliance. This upload should consist of a single document that is comprised of DOC #1 through DOC #10, with all checkboxes, initials, signature, and information fields completed as appropriate. Additional Agreements Offeror will require Participating Agencies to No response sign. If the Offeror will require individual agencies to complete any additional requirements or agreements outside of what is proposed and agreed to during this proposal solicitation, Offeror must submit such requirements or agreements as an uploaded file here. If uploading more than one file, select "New" under the "Other Response Attachments" section found lower on this webpage, and upload as many documents as is necessary to submit all additional requirements for participating agencies. Dunn & Bradstreet Report No response Addendum No. 1 25-10 Addendum No. 1 (1) (1).pdf Please sign and upload Addendum No. 1 here. Response Attachments Galls Omnia 2025 item catalog.xlsx Galls Price Catalog Proposal for OMNIA CONFIDENTIAL GALLS BALANCE SHEET.pdf CONFIDENTIAL Galls Balance Sheet Per Attribute Line 34 CONFIDENTIAL_GALLSLLC_Credit Safe Report.pdf CONFIDENTIAL Galls Credit Safe Report Per Attribute Line 125 Galls Shipping Cost Table.pdf Galls shipping costs in table format. GALLS KEY PERSONNEL.pdf Biographical Sketch for Galls Key Personnel Bid Attributes I CONTRACT DURATION The initial term of the Contract is for a period of three (3) years unless terminated, canceled, or extended as otherwise provided herein. Region 4 ESC shall have the right in its sole discretion to renew the Contract for additional terms up to two (2) years after the end of the initial term or for a lesser period of time as determined by Region 4 ESC by providing written notice to the Contractor of Region 4 ESC's intent to renew thirty (30) days prior to the expiration of the original term. Contractor acknowledges and understands Region 4 ESC is under no obligation whatsoever to extend the term of this Contract. In the event the proposal term, including renewals, ends before another proposal is executed, proposal prices and discounts may be extended on a month-to-month basis by mutual consent. Extensions are limited to the lesser of: a) six (6) additional monthly terms, or b) the time which is required to complete a new solicitation for the goods and services provided for in this solicitation. Notwithstanding the foregoing paragraph, the term of the Contract, including any extension of the original term, shall be further extended until the expiration of any Purchase Order issued within the Contract term for a period of up to one year beyond the Contract term. ❑� I certify compliance with this attribute. Page 4 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 2 NAME OF INDIVIDUAL COMPLETING THIS PROPOSAL Mike Fadden 1 3 HOW MANY YEARS HAS YOUR BUSINESS OPERATED UNDER ITS PRESENT NAME 581 4 WHAT IS YOUR CURRENT NUMBER OF CUSTOMER ACCOUNTS? 7001 5 WHAT ARE YOUR BUSINESS HOURS? 1 M-F 8:00 AM to 8:00 PM. Sales Representatives on an As Needed Basis 6 IS 30 DAYS AFTER RECEIPT OF INVOICE AN ACCEPTABLE PAYMENT SCHEDULE FOR YOUR BUSINESS? If Yes, type "YES". If No, describe your payment schedule in the field provided. 1 Yes 7 WHAT IS THE STANDARD LEAD TIME FOR RECEIPT OF PRODUCTS AFTER ORDER IS RECIEVED (ARO), IN DAYS? Provide your answer in number of DAYS after receipt of order (ARO). 1Non-embellished goods will be delivered within 10-14 days from receipt of order. Items requiring value-added services (VAS), such as customization or special packaging will be delivered within 21-30 days. 8 ACCOUNT MANAGER NAME Please indicate the name of the account manager we should speak to with concerns about the products and/or services in this proposal. Frank Cappo 9 ACCOUNT MANAGER EMAIL I cappo-frank@galls.com I 11 ACCOUNT MANAGER PHONE 0 (859) 402-36121 1 PAYMENT REMITTANCE ADDRESS P.O. Box St. Louis, MO 63150 2 PAYMENT REMITTANCE PHONE 1 CONTRACT/PURCHASE ORDER/QUOTE EMAIL 3 Vendors may choose to have purchase orders emailed to them in PDF format in lieu of having them faxed or mailed. To elect this option, please offer the preferred email address in the accompanying field. This email address will apply to any purchases from your company, so the use of a generic email address is suggested, such as bids@companyname.com or purchaseorders@businessname.com. 'cooperative@galls.com I Page 5 of 35 pages Vendor:Galls,LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 1 CONTRACT/PURCHASE ORDER/QUOTE FAX NUMBER, IF APPLICABLE 4 If applicable, please provide a fax number to send orders and quote requests. 1 REQUIRED REFERENCE QUOTE OR CONTRACT NUMBER, IF APPLICABLE 5 Enter your quote or contract number and/or any other information our staff would need provide on the face of purchase orders in order to receive discount percentages and contract pricing. I No response I 11 COMPANY WEBSITE ADDRESS, IF APPLICABLE 6 galls.com 1 1 HOW WERE YOU NOTIFIED OF THIS BID OPPORTUNITY? 7 In order to verify the efficiency of communication tools used to notify vendors of bidding opportunities, we ask that you provide us with the manner in which you received notification of this request for bid/proposal. We received notification from Crystal Wallace CTSBS Procurement Contract Liaison, Region 4 Education Service Center 1 REFERENCE 1 8 Please provide the reference of a school and/or business who have utilized the same equipment/products within the last two years. Include: • Entity Name • Contact name and title • Contact phone number and email address • Contact city and state • Years of service provided • Description of services/products provided • Annual volume of business handled for the customer Texas Department of Public Safety and Austin, Texas 25 Years Uniforms, Accessories, Footwear, Ballistics $8MM Annually 1 REFERENCE 2 9 Please provide the reference of a school and/or business who have utilized the same equipment/products within the last two years. Include: • Entity Name • Contact name and title • Contact phone number and email address • Contact city and state • Years of service provided • Description of services/products provided • Annual volume of business handled for the customer Houston Fire Department and Houston, Texas 16 Years Uniforms and Accessories $1.1 MM Annually Page 6 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID:149A8CBB-6DF2-4CB7-97FC-E572773DCC78 2 REFERENCE 3 Please provide the reference of a school and/or business who have utilized the same equipment/products within the last two years. Include: • Entity Name • Contact name and title • Contact phone number and email address • Contact city and state • Years of service provided • Description of services/products provided • Annual volume of business handled for the customer San Antonio Fire Department San Antonio, Texas 19 Years Uniforms and Accessories 800,000 Annually 2 THE U.S. STATE YOUR PRINCIPAL PLACE OF BUSINESS IS LOCATED. I Kentucky 2 RECIPROCITY 2 For Businesses not located in Texas: Does your state of residence or incorporation require out-of-state bidders to underbid vendors residing in your state by a prescribed amount or percentage to receive a comparable contract? If Yes, please input that percentage; If No, please leave the adjacent field blank. I No response 2 PARTIAL AWARD ACCEPTANCE 3 REGION 4 ESC retains the right to award this contract in such a manner that it receives the best overall value for the goods and/or services requested in this request for proposal or bid, which may include awarding to multiple vendors. ❑�/ I understand. 2 PURCHASE ORDER POLICY 4 REGION 4 ESC purchases tangible goods and services through the use of approved Purchase Orders. Vendors are highly discouraged from sending products, and/or performing services without prior receipt of an approved District Purchase Order. While campuses and departments may call for quotes and information, please be advised the District is not obligated to pay for any services and/or products ordered via telephone or email in without the presence of a properly executed Purchase Order. ❑✓ I understand. 2 ADDENDA NOTIFICATIONS 5 Any addenda to this proposal will be issued electronically through this system. It is vendor's responsibility to review addenda upon e-mailed notice and retract/amend their submission as deemed necessary. REGION 4 ESC may choose to mark a proposal received prior to the issuance of an addendum as non-responsive should REGION 4 ESC, in its sole determination, finds the addendum to be of such material change that it warrants such determination. If such proposal is found non-responsive, REGION 4 ESC will not consider the proposal for evaluation or further consideration. ❑✓ I understand. Page 7 of 35 pages Vendor:Galls,LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4C137-97FC-E572773DCC78 2 How does the Offeror handle returns and restocking? Describe the return policy, restocking fees, and 6 how these processes are managed. Galls offers a standard 90-day return policy for most items purchased through their website. To qualify for a return, items must be unworn, in new condition, and in the original packaging including all tags, instructions, and other Imaterials. Refunds are issued to the original payment method once the return is received. Please note that the cost of return shipping will be deducted from your refund amount. There are special return conditions for footwear, customized items, clearance items, hazardous materials, and electronics. For full details please see the uploaded document, "Galls Restocking and Return Details." 2 How does the Offeror respond to emergencies? Please outline the emergency response process for 7 urgent orders. In times of crisis, Galls is committed to supporting our public safety partners with urgency, flexibility, and dedication. Emergency orders are prioritized on a case-by-case basis due to situationally unique challenges. Assigning regionally dedicated, empowered personnel to coordinate emergencies ensures rapid response through fast decisions, mobilized resources, and immediate action. Our commitment to support our mission critical customers when they need us most was evident during Hurricane Harvey, when we deployed staff and inventory from across our network to our downtown Houston location from which we outfitted more than 50% of the Houston Fire Department, despite power outages. During recent civil unrest, we chartered a flight from our distribution center on a Sunday in order to outfit the Oklahoma DPS with the critical tactical gear needed to respond to imminent threats. When facing an emergency, contact your local Galls representative. We're here to help: 24/7 when necessary. 22 What is Offeror's average Fill Rate? Galls fill rate of 76.6% reflects consistent and efficient fulfillment of orders in full and on time for contract-managed customers, including government agencies, public safety departments, and large institutional clients. These orders are fulfilled on the first shipment and are a KPI of supply chain reliability and customer satisfaction. This fill rate places us above the industry average of 60-70%) and is due to strategic investments and operational strengths such as: (1) Inventory Management: predictive forecasting, (2) Vendor and Supply Chain Diversification: Redundant sourcing and long-term supplier partnerships minimize stockouts, even during high-demand periods or supply chain disruptions, (3) Account Management: specialized service teams focused on ensuring order accuracy, fulfillment completeness, and proactive communication, and (4) Branch Distribution Network: With multiple fulfillment centers across the U.S., we reduce shipping times and better manage stock across regions. 2 What is the Offeror's history of meeting delivery timelines? Provide the vendor's average on-time 9 delivery and fill rates. With current fill rate of 76.6%, Galls LLC consistently meets and exceeds delivery deadlines through: (1) Prioritized Stocking: Mission-critical and contract-specific items are stocked at higher levels, ensuring the most important orders are fulfilled on time, (2) Fast Fulfillment: In-stock items ship the same day, with expedited shipping used to meet delivery deadlines when needed, (3) Proactive Order Management: Galls actively monitors backorders and works closely with vendors to minimize delays and accelerate restocking, (4) Clear Communication: Customers receive timely updates, alternatives, and partial shipments to prevent service disruptions, and (5) Proven !Reliability: Galls has a long-standing track record of meeting contract deadlines for public safety and government clients, even under supply constraints. 3 How does the Offeror ensure product/service quality? Describe the quality standards and warranty 0 options for products/services. Galls ensures quality through a dedicated Inventory Management team overseeing $100M in inventory. We use S099+ software for demand forecasting and replenishment, integrating historical data, contract performance, and customer input to improve purchasing and vendor ordering. For key programs, we partner with vendors to hold safety stock, enabling faster response. Our initial fill rate for in-stock orders is 85%. A 100% quality control audit is integrated into every packing process, with barcode scanning and order verification before shipment. Our primary distribution center in Lexington, KY spans 350,000 sq. ft., with 40,000 active pick and 38,000 reserve locations, operating at 82% and 84% capacity. Advanced warehouse systems support an average of 2,700 orders daily (700,000+ annually). A second center in Lenexa, KS enhances logistics. Many products include extended manufacturer warranties; for related returns, please visit the manufacturer's website or contact their customer service. Page 8 of 35 pages Vendor: Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 3 Describe Offeror's customer service/problem resolution process. Include hours of operation, number 1 of services, etc. Committed to delivering exceptional customer service and ensuring timely, effective resolution of issues that may arise, our customer service process is designed to be responsive, transparent, and solution oriented. Galls customer service department is available from M-F 8-8 by phone (844-464-2557) or email (customercare@galls.com). Our online "Help Center" provides FAQ, order tracking, and return/exchange policies. The problem resolution process begins with issue intake; each issue is logged with a unique ID and assigned a ticket. Issues are then categorized by severity of impact in order to triage response times. Customer service works to resolve issues promptly while keeping the customer updated throughout the process. Once resolved, we follow up to ensure satisfaction and gather feedback for continuous improvement. Our performance metrics consist of a 24-hour response time Monday-Friday, a resolution response goal of 1-3 business days, and a customer satisfaction rating of 98%. 3 Describe Offeror's invoicing process. Include payment terms and acceptable methods of payments. 2 Offerors shall describe any associated fees pertaining to credit cards/p-cards. Payment Terms are Net 30 (payment due within 30 days) & acceptable payment methods are credit cards, p- cards, ACH, checks; Invoice delivery options are automatic invoice emails (batched daily, weekly, or bimonthly), account statements (emailed monthly), and invoices per shipment for multi-shipment orders. Invoice details can be determined at the agency level. Electronic signatures can be captured during in-person pickup. Invoices can have up to 3 customizable fields (15 characters each) and include contract descriptions and line numbers, tracking information, and notes if using our ecommerce solution (eQuip). 3 How will the Offeror ensure smooth contract implementation? Describe the transition plan for 3 customers adopting the Offeror's goods/services. Proactive planning when launching new programs is critical to success. We will streamline agency procurement programs through efficient purchasing, reduced inventory, and use of our e-commerce platform. We propose early collaboration to meet any deadlines set by Region 4 and participating agencies. Our onboarding team leverages project management tools to ensure all tasks are completed efficiently and on schedule. While most products fall within Galls' standard offerings, onboarding will focus on tailoring website functionality and customization details. Key onboarding activities include: (1) Financial setup, (2) Finalizing ordering workflows, (3) Designing eQuip layout/UX, (4) Defining value added services, (5) Inventory Planning, (6), Facility programming, (7), Agency Training, and (8) Live Testing. This plan is flexible and will evolve based on agency needs. 3 Describe the financial condition of Offeror. 4 Galls is on strong financial footing. Please see the separately attached unaudited financial statements marked confidential and titled "Confidential Galls Balance Sheet"for an overview of our financial reporting. If you have further questions or concerns about the financial health of our company, we will be happy to discuss this matter in more detail upon notice of award. 3 Provide a website link in order to review website ease of use, availability, and capabilities related to 5 ordering, returns and reporting. Describe the website's capabilities and functionality. 33 Describe the Offeror's safety record. At Galls, LLC, the health and safety of our employees are not just priorities; they are foundational to our operations. We have developed a comprehensive and proactive safety program that is guided by our dedicated Safety Steering Committee. This committee plays a critical role in identifying, addressing, and preventing potential hazards through structured monthly meetings, routine safety audits, and incident reviews. We actively involve employees at all levels to foster a culture of accountability and continuous improvement in workplace safety. As a result of our steadfast commitment, we have maintained a flawless safety record with zero OSHA violations or citations in the past five years. By embedding safety into our culture and operations, we demonstrate our unwavering commitment to protecting our workforce and delivering reliable, high-quality service. Page 9 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 3 Provide a brief history of the Offeror, including year it was established and corporate office location. 7Please also provide experience providing similar products and services. Established in 1967, Galls has 58 years of experience supplying uniforms and equipment to public safety and service agencies across the county. With 1700 employees generating $640 million dollars in annual sales by servicing 1,000,000 individuals, 50,000 unique service clients, 15,000 e-commerce platform clients, and 68% of all public safety agencies, we work tirelessly to serve those who are dedicated to their communities. From our corporate office in Lexington, Kentucky to our sales team in the field, our experience has sharpened our focus on the technical regulatory requirements of agencies, both small and large. Whether it is conforming to the legal requirements of state government or the technical details of a uniform program, we are confident in our ability to meet the needs of Region 4 ESC and any other agencies that participate in the OMNIA agreement. 3 What is the Offeror's reputation in the industry? Provide a brief description of the vendor's standing 8 and reliability in the market. Established in 1967, Galls has 58 years of experience supplying uniforms and equipment to public safety and service agencies across the county. With 1700 employees generating $640 million dollars in annual sales by servicing 1,000,000 individuals, 50,000 unique service clients, 15,000 e-commerce platform clients, and 68% of all public safety agencies, we work tirelessly to serve those who are dedicated to their communities. From our corporate office in Lexington, Kentucky to our sales team in the field, our experience has sharpened our focus on the technical regulatory requirements of agencies, both small and large. Whether it is conforming to the legal requirements of state government or the technical details of a uniform program, we are confident in our ability to meet the needs of Region 4 ESC and any other agencies that participate in the OMNIA agreement. 3 Are the Offeror's products/services well regarded? Please describe how the Offeror's products and 9 services are perceived by customers. You are welcome to include any customer reviews or feedback to illustrate your response. Galls' Office of the Customer (OOC) team focuses on customer service improvement with three main tools: (1) Net Promoter Score (NPS®): Bain & Company's NPS gauges customer loyalty and predicts growth; Galls' current NPS is 58, well above the industry benchmark of 50, (2) Critical to Quality (CTQ) Score: Customer service center calls flagged as "critical to quality", where a customer's future business may be at risk, receive a follow-up from the 000 to confirm resolution. Galls' current CTQ satisfaction rate is 98.2%, and (3) Annual Decision Maker Survey: Key decision-makers from contracted accounts are surveyed using a ranked NPS questionnaire; OOC opens cases for scores of 0-6 and either the CEO or the CRO follows up with a personal visit and corrective action planning. Once resolved, the Office of the Customer confirms satisfaction directly with the customer. 4Describe if distributors/dealers/resellers/subsidiaries/partners ("affiliates") will be used to fulfill the 0 contract. Submit a list of those affiliates authorized to sell under the proposed contract. Where and how does Offeror propose to maintain an authorized affiliate list so it may be accessed by Participating Agencies? How often does the supplier propose to update the affiliate list? Confirm the Offeror reviews the financial health, debarment status and overall general capacity of authorized affiliates. Offerors who us authorized affiliates are responsible for ensuring authorized affiliates are performing in accordance with the contract. I Galls does not intend to use affiliates or resellers. 4 Describe the experience and qualifications of key employees. 1 Patrick Sutton: VP of Sales and Managed Accounts, Frank Cappo: Director of Sales, Southern U.S., Paul Bennett: Regional Account Executive, Brittany Jordan: Strategic Account Representative, Ben Irvine: Director of Operations, Southern U.S. Please see our Response Attachment, "Galls Key Personnel" for more biographical details. Page 10 of 35 pages Vendor: Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 4 Describe Offeror's experience working with the government sector. 2 Established in 1967, Galls has 58 years of experience supplying uniforms and equipment to public safety and service agencies across the county. With 1700 employees generating $640 million dollars in annual sales by servicing 1,000,000 individuals, 50,000 unique service clients, 15,000 e-commerce platform clients, and 68% of all public safety agencies, we work tirelessly to serve those who are dedicated to their communities. From our corporate office in Lexington, Kentucky to our sales team in the field, our experience has sharpened our focus on the technical regulatory requirements of agencies, both small and large. Whether it is conforming to the legal requirements of state government or the technical details of a uniform program, we are confident in our ability to meet the needs of Region 4 ESC and any other agencies that participate in the OMNIA agreement. 4 Describe any past or present litigation, bankruptcy, reorganization involving supplier. 3 Galls has not had bankruptcy or reorganization. We have been party to seven lawsuits related to non-contract and non-customer issues filed against Galls, LLC or a subsidiary in the past three years. We are happy to discuss these further upon notice of award should Region 4 desire further information. 4 Provide Offeror's expertise in working with public sector and understanding of the unique technical 4 regulatory requirements. Established in 1967, Galls has 58 years of experience supplying uniforms and equipment to public safety and service agencies across the county. With 1700 employees generating $640 million dollars in annual sales by servicing 1,000,000 individuals, 50,000 unique service clients, 15,000 e-commerce platform clients, and 68% of all public safety agencies, we work tirelessly to serve those who are dedicated to their communities. From our corporate office in Lexington, Kentucky to our sales team in the field, our experience has sharpened our focus on the technical regulatory requirements of agencies, both small and large. Whether it is conforming to the legal requirements of state government or the technical details of a uniform program, we are confident in our ability to meet the needs of Region 4 ESC and any other agencies that participate in the OMNIA agreement. 4 Indicate if Offeror is licensed to do business in all 50 states. 5 ❑� Yes ❑ No 4 Value Add - Provide any additional information related to products and services Offeror proposes to 6 enhance and add value to the Contract. For a fuller explanation of our value-added service proposition document, please see our VAS upload in Line 8 of the Response Attachments. Briefly we are very excited about our ability to expand an agency's access to comprehensive in-house services that include but are not limited to uniform customization, badge and nameplate engraving, and custom hemming and tailoring. Furthermore, we have developed customizable e-commerce solutions, asset management tools, inventory management tools, and concierge style customer service through our sales department to fully facilitate and remove the friction from an agency's procurement programs. Our goal is not to be a supplier of uniforms; it is to be a strategic procurement partner. Should you have any questions regarding how we create value for Region 4 or participating agencies, we are happy to engage in further dialogue. 4 For Non-Normal Working Hours, indicate if there is a minimum charge of hours and what the number of 7 hours is. None Page 11 of 35 pages Vendor:Galls,LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 4 How does the Offeror price their products or services? 8 • Is pricing based on a discount from a manufacturer's price list, catalog, or a fixed price? • Include price and product, service, and/or solutions lists with the following information, if applicable: manufacturer or other part number, product/service description, manufacturers suggested or another list price, and net price. Galls is offering a Standard Product Discount with all catalog items offered under this contract at a flat 15% discount off Galls' published list price. Pricing terms include Basis - List prices published in Galls' most recent Omnia Partners Price List; Applied Discount - 15% off list price for all eligible items at time of order; Pricing Scope II I– pricing structure applies to apparel, footwear, gear, duty gear, body armor, accessories, and select customization services. Some exclusions may apply to special ordered items. Custom built or agency specific items can be quoted separately. Additional discounts or pricing incentives may be made for high volume blanket purchase agreements. Special projects, large agency orders, or bundled equipment packages may qualify for custom pricing beyond the standard 15% discount. List prices will be reviewed and updated regularly. Galls will notify OMNIA partners and participating agencies of any pricing upgrades in accordance with contract terms. 4 Describe any shipping charges (where applicable). 9 Galls has shipping charges we want to describe in a table format. Please see our uploaded document in the Response Attachments titled, "Galls Shipping Cost Table". 5 Provide pricing for warranties on all products and services. 0 There are no additional fees for warranties on any products or services. The manufacturers warranties will transfer to an agency upon acceptance of goods. IIDescribe any return or restocking fees. We offer two levels of returns: (1) 30 Day Returns: We provide a refund to the method of payment withing the first 30 days on returns of resalable items that are unworn, in new condition, and in original packaging along with all packaging attachments and enclosures, including all applicable tags, instructions, etc. For apparel, return item in its original, packaging along with all packaging attachments and enclosures, including all applicable tags, instructions, etc. Some restrictions apply, and (2) 90 Day Returns: For these returns Galls Account credit or a gift card are provided. We accept returns of resalable items within 90 Days of delivery that are unworn, in new condition, and in original packaging along with all packaging attachments and enclosures, including all applicable tags, instructions, etc. For apparel, return item in its original, packaging along with all packaging attachments and enclosures, including all applicable tags, instructions, etc. Some restrictions apply. 5 Are there additional discounts or rebates for larger orders or other factors? Please describe any 2 potential savings based on volume, annual spending, or other incentives. Additional discounts may be available for high-volume purchases, blanket purchase agreements, or bundled equipment packages. Large agency orders and special projects may also qualify for custom pricing beyond the standard 15% discount. All requests will be reviewed and quoted on a case-by-case basis. 5 How can the Offeror ensure contract pricing? How can customers verify that they are getting the 3 agreed-upon contract prices? As purchasing agreements are executed with entities electing to utilize the Omnia contract, a pricing schedule— based on the rates submitted in response to this RFP—will be provided. Furthermore, each entity will be assigned a unique GALLS source code linked to their account to ensure compliance with established contract pricing. 5 How will price updates be handled? Describe the frequency and method for price adjustments during 4 the contract term. Galls is offering a percentage discount off its standard list pricing in response to this RFP. The discounts extended to Omnia Region 4 and its participating agencies will be subject to annual review and adjustment. Each year, Galls will submit updated catalog pricing to Omnia Region 4 and its participating agencies, reflecting any applicable increases or decreases to contract items. Upon approval by Omnia Region 4, Galls will update the relevant contract source code to reflect the authorized changes. Page 12 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4C67-97FC-E572773DCC78 5 How are future product introductions priced? Explain how new products or services introduced during 5 the contract will align with current pricing? List prices will be reviewed and published regularly, and Galls will notify OMNIA Partners and participating agencies of any pricing updates in accordance with contract terms. Galls fully commits to the "not-to-exceed" model and as such, our discount rates will not increase over the term of the contract. New products will be introduced as they become available. The discount will apply to Galls published list price. 5 Describe any diversity programs or partners supplier does business with and how Participating 6 Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. If there are any diversity programs, provide a list of diversity alliances and a copy of their certifications. Partnering with a HUB firm goes beyond meeting requirements - it's about building genuine, long-term relationships that create shared success. As we actively grow our network, we continuously engage HUB firms, remaining focused on creating meaningful opportunities for collaboration and ensuring our partners are fully supported for success. We currently have a list of certified HUB firms with which we commonly work and are happy to provide that and certifications if further information is desired. Generally, pricing changes are not tied to the utilization of diversity programs or partners. A longstanding HUB partner is Culture Apparel Studio (CAS), located at 301 Bennington St. Suite A, Houston, TX 77022 (Office: 713-680-9800). CAS is a small business entity providing garment customization services including screen printing, DTF applications, and embroidery. 5 Minority Women Business Enterprise Certification 7 If yes, list certifying agency. I N/A I 5 Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE) Certification 8 If yes, list certifying agency. I N/A I 5 Historically Underutilized Business (HUB) Certification 9 If yes, list certifying agency. I N/A I 6 Historically Underutilized Business Zone Enterprise (HUBZone) Certification 0 If yes, list certifying agency. IN/A I 6 Other recognized diversity certificate holder If yes, list certifying agency IN/A I Page 13 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 6 Describe how Supplier will transition any existing Public Agency customers' accounts to the Master Agreement available nationally through OMNIA Partners. Include a list of current cooperative contracts (regional and national) Offeror holds and describe how the Master Agreement will be positioned among the other cooperative agreements. Gwill implement a structured and seamless transition plan to move existing Public Agency customers to the Masteralls Agreement under OMNIA Partners. Key steps include: Account Review & Communication: Identify current Public Agency customers under existing contracts and communicate the benefits of transitioning to the OMNIA Partners Master Agreement, including broader national access, streamlined procurement, and competitive pricing, Contract Alignment: Work directly with agencies to align contract terms, pricing, and service levels under the Master Agreement, ensuring minimal disruption to current operations, Dedicated Support: Assign experienced account managers and onboarding teams to support each agency through the transition process, including system updates, documentation, and staff training, Technology Integration: Update agency purchasing platforms and portals to reflect the Master Agreement, enabling efficient ordering and tracking, and Ongoing Communication: Maintain open lines of communication with Public Agencies, OMNIA Partners, and Region 4 to ensure clarity, compliance, and satisfaction during and after the transition. Galls current cooperative contracts are Sourcewell (national), Texas Share (Regional), BuyBoard (regional), NASPO ValuePoint (national where applicable), and some local, state, and municipal cooperative agreements. The OMNIA Partners Master Agreement will be positioned as the primary national cooperative contract due to its broad reach, streamlined procurement process, and national marketing support. Existing regional or state-specific contracts will remain in place where beneficial, but the Master Agreement will be prioritized for new opportunities and transitions where alignment and value make it advantageous for participating agencies. itAcknowledge Supplier agrees to provide its logo(s) to OMNIA Partners and agrees to provide permission for reproduction of such logo in marketing communications and promotions. Acknowledge that use of OMNIA Partners logo will require permission for reproduction, as well. ❑O Yes ❑ No 6 Confirm Supplier will be proactive in direct sales of Supplier's goods and services to Public Agencies 97 nationwide and the timely follow up to leads established by OMNIA Partners. All sales materials are to use the OMNIA Partners logo. At a minimum, the Offeror's sales initiatives should communicate: • Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency • Best government pricing • No cost to participate • Non-exclusive ❑✓ Yes ❑ No 6 Confirm Offeror will train its national sales force on the Master Agreement. At a minimum, sales training 5 should include: • Key features of Master Agreement • Working knowledge of the solicitation process • Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners • Knowledge of benefits of the use of cooperative contracts 0 Yes ❑ No Page 14 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CB8-6DF2-4CB7-97FC-E572773DCC78 6 Provide the name, title, email and phone number for the person(s), who will be responsible for: 6 • Executive Support • Marketing • Sales • Sales Support • Financial Reporting • Accounts Payable • Contracts IExecutive Support: Patrick Sutton (VP Sales) sutton-patrick@galls.com Marketing: Frank Cappo (Regional Director) cappo-frank@galls.com Sales: Frank Cappo (Regional Director) cappo-frank@galls.com Sales Support: Frank Cappo (Regional Director) cappo-frank@galls.com Financial Reporting: Dustin McDulin (CFO) bidreview@galls.com Accounts Payable: Pam Jarvis (Manager, Accounting) bidreview@galls.com Contracts: Justin Penman (VP Legal Operations) bidreview@galls.com 6 Describe in detail how Supplier's national sales force is structured, including contact information for 7 the highest-level executive in charge of the sales team. Galls has a national sales force structure of both sales representatives officed at corporate headquarters as well as outside sales representatives positioned in their respective regions across the country. Mr. Sutton and Cappo will oversee this national team. Additionally, we have 65 regional retail branches across the county, staffed with experts in program management, alterations, fittings, and customer service. 6 Explain in detail how the sales teams will work with the OMNIA Partners team to implement, grow and 8 service the national program. Page 15 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 6`, Explain in detail how Offeror will manage the overall national program throughout the term of the 9Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, timely contract administration, etc. 7 State the amount of Supplier's Public Agency sales for the previous fiscal year. Provide a list of 0 Supplier's top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. Galls generates in excess of$600 million in annual revenue, serving a broad and diverse customer base that includes public and private entities, individual and agency-level purchasers, and both contracted and non- contracted relationships. While we do not publicly disclose detailed purchasing data across our entire customer portfolio, we have included a representative list of agency references in the designated section of our response. These references reflect the scale and scope of our capabilities and the strength of our long-term partnerships. Should Galls be identified as a potential partner for the OMNIA network, we would welcome the opportunity to further discuss our customer network and engagement model during evaluation or award negotiations. 7 Year 1 - Provide the Contract Sales (as defined in Section 12 of OMNIA Partners Administration 1 Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. I $1000001 7 Year 2 - Provide the Contract Sales (as defined in Section 12 of OMNIA Partners Administration 2 Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. I $1000001 7 Year 3 - Provide the Contract Sales (as defined in Section 12 of OMNIA Partners Administration 3 Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. I $1000001 7 Please download and thoroughly review the Scope of Work, located on the Attachments Tab. Indicate 4 your review and acceptance. 0 Yes Page 16 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 7 Oral Communications concerning this RFP shall not be binding and shall in no way excuse an Offeror of 5 the obligations set forth in this proposal. ❑� Yes 7 Please download and thoroughly review the Terms and Conditions, located on the Attachments Tab. 6 Indicate your review and acceptance. ❑./ Yes 7 Not to Exceed Pricing 7 Region 4 ESC requests pricingbe submitted as not to exceed pricing. Unlike fixed ricin the Contractor can adjust 9 q pricing, 1 submitted pricing lower if needed but, cannot exceed original pricing submitted. Contractor must allow for lower pricing to be available for similar product and service purchases. Cost plus pricing as a primary pricing structure is not acceptable. 7 Provide the number, size and location of Supplier's distribution facilities, warehouses and retail 8 network as applicable. Galls has two distribution centers in Lexington, Kentucky and Olathe, Kansas. The Lexington DC is primary, holds $100 MM worth of inventory and covers 350K square feet. The Kansas DC is 37K square feet. Galls also operates over 65 retail branches nationwide. 7 Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the 9 strategy to immediately implement the Master Agreement as supplier's primary go to market strategy for Public Agencies to supplier's teams nationwide, to include, but not limited to: i. Executive leadership endorsement and sponsorship of the award as the public sector go-to-market strategy within first 10 days ii. Training and education of Supplier's national sales force with participation from the Supplier's executive leadership, along with the OMNIA Partners team within first 90 days Page 17 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 8Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the 0 strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: i. Creation and distribution of a co-branded press release to trade publications 'I ii. Announcement, Master Agreement details and contact information published on the Supplier's website within first 90 days iii. Design, publication and distribution of co-branded marketing materials within first 90 days iv. Commitment to attendance and participation with OMNIA Partners at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier-specific trade shows, conferences and meetings throughout the term of the Master Agreement v. Commitment to attend, exhibit and participate at the NIGP Annual Forum in an area reserved by OMNIA Partners for partner suppliers. Booth space will be purchased and staffed by Supplier. In addition, Supplier commits to provide reasonable assistance to the overall promotion and marketing efforts for the NIGP Annual Forum, as directed by OMNIA Partners. vi. Design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement vii. Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, etc.) Iviii. Dedicated OMNIA Partners internet web-based homepage on Supplier's website with: • OMNIA Partners standard logo; • Copy of original Request for Proposal; • Copy of Master Agreement and amendments between Principal Procurement Agency and Supplier; • Summary of Products and pricing; • Marketing Materials • Electronic link to OMNIA Partners' website including the online registration page; • A dedicated toll-free number and email address for OMNIA Partners 8 GENERAL TERMS AND CONDITIONS Respondent agrees to comply with the Contract and General Terms and Conditions provided as an attachment to this online bid event. Any deviations to the Contract and General Terms and Conditions may be provided using the procedures set forth in the attribute pertaining to deviations. ❑./ I certify compliance with this attribute. Page 18 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 8 DEVIATIONS TO TERMS AND CONDITIONS 2 Any Deviation from the RFP documents, including the General Terms and Conditions, Notice to Offeror, or any other Idocument presented with terms for consideration by the proposer MUST be documented and presented on the Deviation Form and attached to this electronic bid event via an electronic upload to the "Response Attachments" tab. In addition to indicating the requested deviations on the form, additional pages may be provided to more thoroughly explain each deviation listed on the Deviation Form. ❑� I certify compliance with this attribute. 8 FELONY CONVICTION NOTIFICATION 3,.. State of Texas Legislative Senate Bill No. 1 Section 44.034, Notification of Criminal History, Subsection (a), states "a person or business entity that enters into an agreement with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony". Subsection (b) states "a school district may terminate the agreement with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a), or misrepresented I the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract". Subsection (c) states "this section does not apply to a publicly held corporation". Use the list of values associated with this item to identify your status as it relates to this legal requirement. Non-Felon - person/owner IS NOT a convicted felon I 8 NAME OF FELON AND NATURE OF FELONY, IF APPLICABLE 4 If response to previous attribute was "Felon - person/owner IS a convicted felon", vendor shall give the name of the Ifelon and details of conviction. If you did not answer "Felon - person/owner IS a convicted felon" in the previous question, type "N/A" in the respective field. I N/A I 8 CRIMINAL HISTORY RECORDS REVIEW OF CERTAIN CONTRACT EMPLOYEES 5 Texas Education Code Chapter §22.0834 requires that criminal history records be obtained regarding covered 1 employees of entities that contract with a school entity in Texas to provide services for that school entity ("Contractors") and entities that contract with school entity contractors ("Subcontractors"). Covered employees with disqualifying criminal histories are prohibited from serving at a school entity. Contractors/Subcontractors contracting with a school entity shall (1) maintain compliance with the requirements of Texas Education Code Chapter 22 to the school entity; and (2) require that each of their subcontractors complies with the requirements of Texas Education Code Chapter 22. Contractors performing work at a school entity in Texas must comply with these statutes. Compliance includes providing or causing employees and sub-contractor employees to provide requested information and fingerprinting upon request. Covered employees: Employees of a Contractor/Subcontractor who have or will have continuing duties related to the service to be performed at a school entity and have or will have direct contact with students. The school entity will be the final arbiter of what constitutes continuing duties and direct contact with students at their school. ❑� I certify compliance with this attribute. Page 19 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 8 HISTORICALLY UNDERUTILIZED BUSINESS (HUB) CERTIFICATION 6 Businesses that have been certified by the Texas Building and Procurement Commission (TBPC) or other qualified agency as Historically Underutilized Business (HUB) entities are encouraged to indicate their HUB status when responding to this proposal invitation. The electronic catalogs will indicate HUB certifications for vendors that properly indicate and document their HUB certification on this form. Select one of the available options: OPTION A: My business has NOT been certified as HUB. OPTION B: I certify that my business has been certified as a Historically Underutilized Business (HUB), and I have/will upload the certification information into the "Response Attachments" Tab located in this online bidding event. OPTIONA- NotHUBI 8 DISCLOSURE OF INTERESTED PARTIES 7 Texas state law requires the Disclosure of Interested Parties be filed with a public entity, including regional service Ikcenters and school districts, for any contract which: (1) requires an action or vote by the governing body; or (2) has a value of$1 million or more; or (3) for any services provided that would require an individual to register as a lobbyist under TX Gov't Code Chapter 305. NOTE: This form is not required if the vendor is a publicly-traded business entity, including a wholly-owned subsidiary of the business entity (a company in which ownership is dispersed among the general public via shares of stock which are traded via at least one stock exchange or over-the-counter market). If you are required by law to submit this form, it must be completed online at the Texas Ethics Commission website. Obtain a numbered certificate and click the link below to access the instructions and to complete this required form. Upon completion, vendors required to submit the form must attach it to the proposal via the "Response Attachments" Tab. 11Click here to complete the form on the Texas Ethic Commission's 1295 Form webpaoe. . Please note: The District must verify receipt of all required 1295 forms received within 30 days on the Texas Ethics Commission website. This verification does not indicate a contract award. Contract awards will be issued via direct communication from the AISD Purchasing Department. A contract requiring a Disclosure of Interested Parties form is voidable at any time if: (1) the governmental entity or state agency submits to the business entity written notice of the business entity's failure to provide the required disclosure; and (2) the business entity fails to submit to the governmental entity or state agency the required disclosure on or before the 10th business day after the date the business entity receives the written notice. IF UNDER LAW YOU ARE EXEMPT FROM SUBMITTING THIS 1295 FORM, PROPOSERS MUST SUBMIT A DOCUMENT THAT SHOWS PROOF OR PROVIDES EXPLANATION OF THIS EXEMPTION. IITHE FOLLOWING CONTRACTS ARE EXEMPT FROM THE REQUIREMENTS OF TEXAS DISCLOSURE OF INTERESTED PARTIES LAWS: • a sponsored research contract of an institution of higher education; E • an interagency contract of a state agency or an institution of higher education; • a contract related to health and human services if: • the value of the contract cannot be determined at the time the contract is executed; and • any qualified vendor is eligible for the contract; • a contract with a publicly traded business entity, including a wholly owned subsidiary of the business entity; • a contract with an electric utility, as that term is defined by Section 31.002, Utilities Code; or • a contract with a gas utility, as that term is defined by Section 121.001, Utilities Code. ❑✓ I certify compliance with this attribute. Page 20 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149ABCBB-6DF2-4CB7-97FC-E572773DCC78 8 CONFLICT OF INTEREST QUESTIONNAIRE 8 Region 4 Education Service Center (Region 4) is required to comply with Texas Local Government Code Chapter 176, Disclosure of Certain Relationships with Local Government Officers. House Bill 23 significantly changed Chapter 176 as well as the required disclosures and the corresponding forms. As of September 1, 2015, any vendor who does business with Region 4 or who seeks to do business with Region 4 must fill out the new Conflict of Interest Questionnaire (CIQ) if a conflict of interest exists. A conflict of interest exists in the following situations: 1) If the vendor has an employment or other business relationship with a local government officer of Region 4 or a family member of the officer, as described by section 176.003(a)(2)(A) of the Texas Local Government Code; or 2) If the vendor has given a local government officer of Region 4, or a family member of the officer, one or more gifts with the aggregate value of$100, excluding any gift accepted by the officer or a family member of the officer if the gift is: (a) a political contribution as defined by Title 15 of the Election Code; or (b) a gift of food accepted as a guest; or 3) If the vendor has a family relationship with a local government officer of Region 4. "Vendor"means a person who enters or seeks to enter into a contract with a local governmental entity.The term includes an agent of a vendor.The term includes an officer or employee of a state agency when that individual is acting in a private capacity to enter into a contract.The term does not include a state agency except for Texas Correctional Industries.Texas Local Government Code 176.001(7). "Business relationship"means a connection between two or more parties based on commercial activity of one of the parties.The term does not include a connection based on:(A)a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal, state,or local governmental entity;(B)a transaction conducted at a price and subject to terms available to the public;or(C)a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by,and reporting to,that agency.Texas Local Government Code 176.001(3). "Family relationship"means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity, as those terms are defined by Subchapter B,Chapter 573, Government Code.Texas Local Government Code 176.001(2-a). "Local government officer"means:(A)a member of the governing body of a local governmental entity;(B)a director,superintendent,administrator, president,or other person designated as the executive officer of a local governmental entity;or(C)an agent of a local governmental entity who exercises discretion in the planning, recommending, selecting,or contracting of a vendor.Texas Local Government Code 176.001(4). Individuals serving as a Member of the Board of Directors, the Executive Director, Cabinet Members, and other local government officers may be found at: httDs://www.esc4.net/about/about-rection-4. For additional information on Conflict of Interest Questionnaire, and the statutes that mandate it, please visit the following links: Texas Local Government Code. Section 176 Texas House Bill 23 A blank Conflict of Interest Questionnaire is available by clicking: httos://www.ethics.state.bcus/data/forms/conflict/C1Q.odf. If your firm is required to return a completed Conflict of Interest Questionnaire with your proposal submission, use the "Response Attachments" Tab to upload the completed document. 0 I certify compliance with this attribute. Page 21 of 35 pages Vendor:Galls,LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 8 ENTITITES THAT BOYCOTT ISRAEL 9 Pursuant to Chapter 2271 of the Texas Government Code, the Respondent hereby certifies and verifies that neither the Respondent , nor any affiliate, subsidiary, or parent company of the Respondent , if any (the "Respondent Companies"), boycotts Israel, and the Respondent agrees that the Respondent and Respondent Companies will not boycott Israel during the term of this Agreement. For purposes of this Agreement, the term "boycott" shall mean and include refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. EXCEPTIONS:Clause only applies to contracts and contractors that meet the following criteria:(i) Respondent is not a sole proprietorship;(ii) with 10 or more full-time employees;and(iii) with a contract to be paid a value of$100,000 or more wholly or partially from public funds of the governmental entity. ❑✓ I certify compliance with this attribute. 9 FOREIGN TERRORIST ORGANIZATIONS 0 Section 2252.152 of the Texas Government Code prohibits Region 4 ESC from awarding a contract to any person who does business with Iran, Sudan, or a foreign terrorist organization as defined in Section 2252.151 of the Texas Government Code. Respondent certifies that it not ineligible to receive the contract. ❑� I certify compliance with this attribute. 9 FIREARMS ENTITIES AND TRADE ASSOCIATIONS DISCRIMINATION Respondent verifies that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If circumstances relevant to this provision change during the course of the contract, Respondent shall promptly notify Region 4 ESC. APPLICABILITY: This clause applies only to a contract that:(1)is between a governmental entity and a company with at least 10 full-time employees;and (2)has a value of at least$100,000 that is paid wholly or partly from public funds of the governmental entity. EXCEPTIONS: This clause is not required when a state Agency:(1)contracts with a sole-source provider;or(2)does not receive any bids from a company that is able to provide the written verification required by Section 2274.002(b)of the Texas Government Code. Ell certify compliance with this attribute. 9 ENERGY COMPANY BOYCOTT PROHIBITED 2 Respondent represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code does not apply to the contract. If circumstances relevant to this provision change during the course of the contract, Respondent shall promptly notify Region 4 ESC. EXCEPTIONS:Clause only applies to contracts and contractors that meet the following criteria:(i)a "company"within the definitions of Section 2274.001(2)of the Tex. Gov't Code;(ii) with 10 or more full-time employees;and(iii) with a contract to be paid a value of$100,000 or more wholly or partially from public funds of the governmental entity. ❑./ I certify compliance with this attribute. 9 CRITICAL INFRASTRUCTURE AFFIRMATION 3 Pursuant to Government Code Section 2274.0102, Respondent certifies that neither it nor its parent company, nor any affiliate of Respondent or its parent company, is: (1) majority owned or controlled by citizens or governmental entities of China, Iran, North Korea, Russia, or any other country designated by the Governor under Government Code Section 2274.0103, or (2) headquartered in any of those countries. EXCEPTION: Clause only applies to solicitations and contracts in which the contractor would be granted direct or remote access to or control of critical infrastructure, as defined by Section 2274.0101 of the Texas Government Code, in this state, other than access specifically allowed for product warranty and support purposes. The Governor of the State of Texas may designate countries as a threat to critical infrastructure under Section 2274.0103 of the Texas Government Code. Agencies should promptly add any country that is designated by the Governor to this clause." 2 I certify compliance with this attribute. Page 22 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 9 OPEN RECORDS POLICY 4 All proposals, information and documents submitted are subject to the Public Information Act requirements governed by the State of Texas once a Contract(s) is executed. If an Offeror believes its response, or parts of its response, may be exempted from disclosure, the Offeror must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt and include detailed reasons to substantiate the exemption. Price is not confidential and will not be withheld. Any unmarked information will be considered public information and released, if requested under the Public Information Act. The determination of whether information is confidential and not subject to disclosure is the duty of the Office of Attorney General (OAG). Region 4 ESC must provide the OAG sufficient information to render an opinion and therefore, vague and general claims to confidentiality by the Offeror are not acceptable. Region 4 ESC must comply with the opinions of the OAG. Region 4 ESC assumes no responsibility for asserting legal arguments on behalf of any Offeror. Offeror is advised to consult with their legal counsel concerning disclosure issues resulting from this procurement process and to take precautions to safeguard trade secrets and other proprietary information. Check one of the following responses to the Acknowledgment and Acceptance of Region 4 ESC's Open Records Policy below: OPTION A: We acknowledge Region 4 ESC's Open Records Policy and declare that no information submitted with this proposal, or any part of our proposal, is exempt from disclosure under the Public Information Act. OPTION B: We declare the following information to be a trade secret or proprietary and exempt from disclosure IIunder the Public Information Act and these requested exemptions are uploaded into the "Response Attachments" Tab located in this online bidding event. (Note: Offeror must specify page-by-page and line-by-line the parts of the response, which it believes, are exempt. In addition, Offeror must include detailed reasons to substantiate the exemption(s). Price is not confidential and will not be withheld. All information believed to be a trade secret or proprietary must be listed. It is further understood that failure to identify such information, in strict accordance with the instructions, will result in that information being considered public information and released, if requested under the Public Information Act.) I OPTION B - Proprietary information marked I 9 CONSENT TO RELEASE PROPOSAL TABULATION 5 Notwithstanding anything explicitly and properly declared as Confidential or Proprietary Information to the contrary, by submitting a Proposal, Vendor consents and agrees that, upon Contract award, the District may publicly release, including posting on the public Region 4 ESC and/or OMNIA Partners website(s), a copy of the proposal tabulation for the Contract including Vendor name; proposed catalog/pricelist name(s); proposed percentage discount(s), unit price(s), hourly labor rate(s), or other specified pricing; and Vendor award notice information. 0 I certify compliance with this attribute. Page 23 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 9 CONTRACTING INFORMATION 6 If Vendor is not a governmental body and (a) this Agreement has a stated expenditure of at least $1 million in public funds for the purchase of goods or services by REGION 4 ESC; or (b) this Agreement results in the expenditure of at least $1 million in public funds for the purchase of goods or services by REGION 4 ESC in a fiscal year of REGION 4 ESC, the following certification shall apply; otherwise, this certification is not required. As required by Tex. Gov't Code § 552.374(b), the following statement is included in the RFP and the Agreement (unless the Agreement is (1) related to the purchase or underwriting of a public security; (2) is or may be used as collateral on a loan; or (3) proceeds from which are used to pay debt service of a public security of loan): "The requirements of Subchapter J, Chapter 552, Government Code, may apply to this RFP and Agreement and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter." Pursuant to Subchapter J, Chapter 552, Texas Government Code, the Vendor hereby certifies and agrees to (1) preserve all contracting information related to this Agreement as provided by the records retention requirements applicable to REGION 4 ESC for the duration of the Agreement; (2) promptly provide to REGION 4 ESC any contracting information related to the Agreement that is in the custody or possession of the Vendor on request of REGION 4 ESC; and (3) on completion of the Agreement, either (a) provide at no cost to AISD all contracting information related to the Agreement that is in the custody or possession of Vendor, or (b) preserve the contracting information related to the Agreement as provided by the records retention requirements applicable to REGION 4 ESC. 2 I certify compliance with this attribute. ANTI-TRUST CERTIFICATION STATEMENT Vendor affirms under penalty of perjury of the laws of the State of Texas that: (1) I am duly authorized to execute this contract on my own behalf or on behalf of the company, corporation, firm, partnership or individual (Company) listed below; (2) In connection with this bid, neither I nor any representative of the Company have violated any provision of the Texas Free Enterprise and Antitrust Act, Tex. Bus. & Comm. Code Chapter 15; (3) In connection with this bid, neither I nor any representative of the Company have violated any federal antitrust law; and (4) Neither I nor any representative of the Company have directly or indirectly communicated any of the contents of this bid to a competitor of the Company or any other company, corporation, firm, partnership or individual engaged in the same line of business as the Company. ❑� I certify compliance with this attribute. 9 FEDERAL RULE (A) - CONTRACT TERM VIOLATIONS 8 A Contracts for more than the simplified acquisition threshold currentlyset at $250,000 (2 CFR §200.320), which � ) P � � q is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Pursuant to Federal Rule (A) above, when federal funds are expended by Region 4 ESC, Region 4 ESC reserves all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by either party. 2 I certify compliance with this attribute. Page 24 of 35 pages Vendor: Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 9 FEDERAL RULE (B) - TERMINATION CONDITIONS 9 (B) Termination for cause and for convenience by the grantee or subgrantee including the manner by which it will be effected and the basis for settlement. (All contracts in excess of$10,000) iPursuant to Federal Rule (B) above, when federal funds are expended by REGION 4 ESC, REGION 4 ESC reserves the right to immediately terminate any agreement in excess of $10,000 resulting from this procurement process in the event of a breach or default of the agreement by Vendor, in the event vendor fails to: (1) meet schedules, deadlines, and/or delivery dates within the time specified in the procurement solicitation, contract, and/or a purchase order; (2) make any payments owed; or(3) otherwise perform in accordance with the contract and/or the procurement solicitation; (4) to the greatest extent authorized by law, if an award no longer effectuates the program goals or priorities of the Federal awarding agency or REGION 4 ESC. REGION 4 ESC also reserves the right to terminate the contract immediately, with written notice to vendor, for convenience, if REGION 4 ESC believes, in its sole discretion that it is in the best interest of REGION 4 ESC to do so. The vendor will be compensated for work performed and accepted and goods accepted by REGION 4 ESC as of the termination date if the contract is terminated for convenience of REGION 4 ESC. Any award under this procurement process is not exclusive and REGION 4 ESC reserves the right to purchase goods and services from other vendors when it is in the best interest of REGION 4 ESC. ❑✓ I certify compliance with this attribute. 1 FEDERAL RULE (C) - EQUAL EMPLOYMENT OPPORTUNITY 0 0 (C) Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of"federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60- 1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." It is the policy of REGION 4 ESC not to discriminate on the basis of race, color, national origin, gender, limited English proficiency or disabling conditions in its programs. Vendor agrees not to discriminate against any employee or applicant for employment to be employed in the performance of this Contract, with respect to hire, tenure, terms, conditions and privileges of employment, or a matter directly or indirectly related to employment, because of age (except where based on a bona fide occupational qualification), sex (except where based on a bona fide occupational qualification) or race, color, religion, national origin, or ancestry. Vendor further agrees that every subcontract entered into for the performance of this Contract shall contain a provision requiring non-discrimination in employment herein specified binding upon each subcontractor. Breach of this covenant may be regarded as a material breach of the Contract. Pursuant to Federal Rule (C) and the requirements stated above, when federal funds are expended by REGION 4 ESC on any federally assisted construction contract, the equal opportunity clause is incorporated by reference herein. ❑I I certify compliance with this attribute. Page 25 of 35 pages Vendor: Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 1FEDERAL RULE (D) - DAVIS BACON ACT/COPELAND ACT 1(D) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of$2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146- 3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti-Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Pursuant to Federal Rule (D) above, when federal funds are expended by REGION4 ESC, during the term of an award for all contracts and subgrants for construction or repair, the vendor will be in compliance with all applicable Davis-Bacon Act provisions. 0 I certify compliance with this attribute. 1 FEDERAL RULE (E) - CONTRACT WORK HOURS AND SAFETY STANDARDS ACT U 2 (E) (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Pursuant to Federal Rule (E) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act. ❑,i I certify compliance with this attribute. 1 FEDERAL RULE (F) - RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT U 3 (F)If the Federal award meets the definition of"funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. Pursuant to Federal Rule (F) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in Federal Rule (F) above. 0 I certify compliance with this attribute. Page 26 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 1 FEDERAL RULE (G) -CLEAN AIR ACT/FEDERAL WATER POLLUTION CONTROL ACT 0 4 (G) The Clean Air Act(42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251- 1387), as amended—Contracts and subgrants of amounts in excess of$150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). When federal funds are expended by REGION 4 ESC for any contract resulting from this procurement process, the vendor certifies that the vendor will be in compliance with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). When federal funds are expended by REGION 4 ESC for any contract resulting from this procurement process in excess of$100,000, the vendor certifies that the vendor is in compliance with all applicable standards, orders, regulations, and/or requirements issued pursuant to the Clean Air Act of 1970, as amended (42 U.S.C. 1857(h)), Section 508 of the Clean Water Act, as amended (33 U.S.C. 1368), Executive Order 117389 and Environmental Protection Agency Regulation, 40 CFR Part 15. Pursuant to Federal Rule (G) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in Federal Rule (G) above. ❑,i I certify compliance with this attribute. 1 FEDERAL RULE (H) - DEBARMENT AND SUSPENSION 5 (H) (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Pursuant to Federal Rule (H) above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency or by the State of Texas. Vendor shall immediately provide written notice to REGION 4 ESC if at any time the vendor learns that this certification was erroneous when submitted or has become erroneous by reason of changed circumstances. REGION 4 ESC may rely upon a certification of a vendor that the vendor is not debarred, suspended, ineligible, or voluntarily excluded from the covered contract, unless REGION 4 ESC knows the certification is erroneous. ❑./ I certify compliance with this attribute. Page 27 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 1 FEDERAL RULE (I) - BYRD ANTI-LOBBYING AMENDMENT 6 (I) (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. Pursuant to Federal Rule (1 above, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term and after the awarded term of an award for all contracts by REGION 4 ESC resulting from this procurement process, the vendor certifies that it is in compliance with all applicable provisions of the Byrd Anti- Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that: (1) No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certificate is a prerequisite for making or entering into this transaction imposed by Section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 0 I certify compliance with this attribute. 1 FEDERAL RULE (J) - PROCUREMENT OF RECOVERED MATERIALS U 7 (J) When federal funds are expended by REGION 4 ESC, REGION 4 ESC and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include: (1) procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; (2) procuring solid waste management services in a manner that maximizes energy and resource recovery; and (3) establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Pursuant to Federal Rule (J) above, when federal funds are expended REGION 4 ESC, as required by the Resource Conservation and Recovery Act of 1976 (42 U.S.C. § 6962(c)(3)(A)(i)), the vendor certifies, by signing this document, that the percentage of recovered materials content for EPA-designated items to be delivered or used in the performance of the contract will be at least the amount required by the applicable contract specifications or other contractual requirements. 0 I certify compliance with this attribute. Page 28 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 1 FEDERAL RULE (K) - PROHIBITION ON CERTAIN TELECOM AND SURVEILLANCE SERVICE AND 8 EQUIPMENT (K) Region 4 ESC, as a non-federal entity, is prohibited from obligating or expending Federal financial assistance, to include loan or grant funds, to: (1) procure or obtain, (2) extend or renew a contract to procure or obtain, or (3) enter into a contract (or extend or renew a contract) to procure or obtain, equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as a critical technology as part of any system. Covered telecommunications equipment is telecommunications equipment produced Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities) and physical security surveillance of critical infrastructure and other national security purposes, and video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities)for the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes detailed in 2 CFR § 200.216. The Respondent certifies that it will not purchase equipment, services, or systems that use covered telecommunications, as defined herein, as a substantial or essential component of any system, or as critical technology as part of any system. ❑� I certify compliance with this attribute. 1 FEDERAL RULE (L) - BUY AMERICAN PROVISIONS 9 9 (L)As appropriate and to the extent consistent with law, REGION 4 ESC has a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States, including but not limited to iron, aluminum, steel, cement, and other manufactured products, when spending federal funds. Vendor agrees that the requirements of this section will be included in all subawards including all contracts and purchase orders for work or products under this award, to the greatest extent practicable under a Federal award. Purchases that are made with non-federal funds or grants are excluded from the Buy American Act. Vendor certifies that it is in compliance with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must still follow the applicable procurement rules calling for free and open competition. "Produced in the United States"means, for iron and steel products, that all manufacturing processes,from the initial melting stage through the application of coatings,occurred in the United States. "Manufactured products"means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum;plastics and polymer-based products such as polyvinyl chloride pipe;aggregates such as concrete;glass, including optical fiber; and lumber. ❑� I certify compliance with this attribute. 1 FEDERAL RULE -REQUIRED AFFIRMATIVE STEPES FOR SMALL, MINORITY, AND WOMEN-OWNED 1 FIRMS FOR CONTRACTS PAID FOR WITH FEDERAL FUNDS When federal funds are expended by REGION 4 ESC, Vendor is required to take all affirmative steps set forth in 2 CFR 200.321 to solicit and reach out to small, minority and women owned firms for any subcontracting opportunities on the project, including: 1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2)Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and 5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. ❑./ I certify compliance with this attribute. Page 29 of 35 pages Vendor:Galls,LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 1 FEDERAL RULE - FEDERAL RECORD RETENTION 1 When federal funds are expended by REGION 4 ESC for any contract resulting from this procurement process, the 1 vendor certifies that it will comply with the record retention requirements detailed in 2 CFR §200.334. The vendor further certifies that vendor will retain all records as required by 2 CFR §200.334 for a period of five (5) years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. Vendor agrees that REGION 4 ESC, Inspector General, Department of Homeland Security, FEMA, the Comptroller General of the United States, or any of their duly authorized representatives shall have access to any books, documents, papers and records of Vendor, and its successors, transferees, assignees, and subcontractors that are directly pertinent to the Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Vendor's personnel for the purpose of interview and discussion relating to such documents. Vendor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. Vendor agrees to provide the FEMA Administrator or his authorized representative access to construction or other work sites pertaining to the work being completed under the Contract. • I certify compliance with this attribute. 1 FEDERAL RULE - PROFIT NEGOTIATION 1 2 For purchases using Federal funds in excess of$250,000, REGION 4 ESC may be required to negotiate profit as a separate element of the price. (See 2 CFR 200.324(b)). When required by REGION 4 ESC, Vendor agrees to provide information relating to profitability of the given transaction and itemize the profit margin as a separate element of the price. ❑� I certify compliance with this attribute. 1 FEDERAL RULE -SOLID WASTE DISPOSAL ACT 1 3 A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Sold Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceed $10,000; procuring sold waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. (78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75885, Dec. 19, 2014.) Pursuant to this federal rule, when federal funds are expended by REGION 4 ESC, the vendor certifies that during the term of all contracts resulting from this procurement process, the vendor agrees to comply with all applicable requirements as referenced in this paragraph. ❑./ I certify compliance with this attribute. 1 APPLICABLITY TO SUBCONTRACTORS 1 4 Vendor agrees that all contracts it awards pursuant to this procurement action shall be bound by the terms and conditions of this procurement action. ❑� I certify compliance with this attribute. 1 COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT 1 5 When REGION 4 ESC expends federal funds for any contract resulting from this procurement process, Vendor certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6321 et seq.; 49 C.F.R. Part 18). 2 I certify compliance with this attribute. Page 30 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 1 INDEMNIFICATION 6 Acts or Omissions Vendor shall indemnify and hold harmless Region 4, AND/OR THEIR OFFICERS, AGENTS, EMPLOYEES, REPRESENTATIVES, CONTRACTORS, ASSIGNEES, AND/OR DESIGNEES FROM ANY AND ALL LIABILITY, ACTIONS, CLAIMS, DEMANDS, OR SUITS, AND ALL RELATED COSTS, ATTORNEY FEES, AND EXPENSES arising out of, or resulting from any acts or omissions of the Vendor or its agents, employees, subcontractors, Order Fulfillers, or suppliers of subcontractors in the execution or performance of the Contract and any Purchase Orders issued under the Contract. Infrinaements a) Vendor shall indemnify and hold harmless Region 4 and Customers, AND/OR THEIR EMPLOYEES, AGENTS, REPRESENTATIVES, CONTRACTORS, ASSIGNEES, AND/OR DESIGNEES from any and all third party claims involving infringement of United States patents, copyrights, trade and service marks, and any other intellectual or intangible property rights in connection with the PERFORMANCES OR ACTIONS OF VENDOR PURSUANT TO THIS CONTRACT. VENDOR AND THE CUSTOMER AGREE TO FURNISH TIMELY WRITTEN NOTICE TO EACH OTHER OF ANY SUCH CLAIM. VENDOR SHALL BE LIABLE TO PAY ALL COSTS OF DEFENSE INCLUDING ATTORNEYS' FEES. b) Vendor shall have no liability under this section if the alleged infringement is caused in whole or in part by: (i) use of the product or service for a purpose or in a manner for which the product or service was not designed, (ii) any modification made to the product without Vendor's written approval, (iii) any modifications made to the product by the Vendor pursuant to Customer's specific instructions, (iv) any intellectual property right owned by or licensed to Customer, or (v) any use of the product or service by Customer that is not in conformity with the terms of any applicable license agreement. 1 c) If Vendor becomes aware of an actual or potential claim, or Customer provides Vendor with notice of an actual or potential claim, Vendor may (or in the case of an injunction against Customer, shall), at Vendor's sole option and expense; (i) procure for the Customer the right to continue to use the affected portion of the product or service, or (ii) modify or replace the affected portion of the product or service with functionally equivalent or superior product or service so that Customer's use is non-infringing. Taxes/Workers' Compensation/Unemployment Insurance — Includina Indemnity a) VENDOR AGREES AND ACKNOWLEDGES THAT DURING THE EXISTENCE OF THIS CONTRACT, VENDOR SHALL BE ENTIRELY RESPONSIBLE FOR THE LIABILITY AND PAYMENT OF VENDOR'S AND VENDOR'S EMPLOYEES' TAXES OF WHATEVER KIND, ARISING OUT OF THE PERFORMANCES IN THIS CONTRACT. VENDOR AGREES TO COMPLY WITH ALL STATE AND FEDERAL LAWS APPLICABLE TO ANY SUCH PERSONS, INCLUDING LAWS REGARDING WAGES, TAXES, INSURANCE, AND WORKERS' COMPENSATION. THE CUSTOMER AND/OR REGION 4 SHALL NOT BE LIABLE TO THE VENDOR, ITS EMPLOYEES, AGENTS, OR OTHERS FOR THE PAYMENT OF TAXES OR THE PROVISION OF UNEMPLOYMENT INSURANCE AND/OR WORKERS' COMPENSATION OR ANY BENEFIT AVAILABLE TO A STATE EMPLOYEE OR EMPLOYEE OF ANOTHER GOVERNMENTAL ENTITY CUSTOMER. b)VENDOR AGREES TO INDEMNIFY AND HOLD HARMLESS CUSTOMERS, REGION 4 AND/OR THEIR EMPLOYEES, AGENTS, REPRESENTATIVES, CONTRACTORS, AND/OR ASSIGNEES FROM ANY AND ALL LIABILITY, ACTIONS, CLAIMS, DEMANDS, OR SUITS, AND ALL RELATED COSTS, ATTORNEYS' FEES, AND EXPENSES, RELATING TO TAX LIABILITY, UNEMPLOYMENT INSURANCE AND/OR WORKERS' COMPENSATION IN ITS PERFORMANCE UNDER THIS CONTRACT, VENDOR SHALL BE LIABLE TO PAY ALL COSTS OF DEFENSE INCLUDING ATTORNEYS' FEES. ❑./ I certify compliance with this attribute. 1 EXCESS OBLIGATIONS PROHIBITED 1 7 Proposer understands that all obligations of Region 4 ESC under the contract are subject to the availability of state funds. If such funds are not appropriated or become unavailable, the contract may be terminated by Region 4 ESC. ❑./ I certify compliance with this attribute. 1 SUSPENSION AND DEBARMENT 1 8 Respondent certifies that neither it nor its principals are debarred, suspended, proposed for debarment, declared ineligible, or otherwise excluded from participation in the contract by any state or federal agency. Z I certify compliance with this attribute. Page 31 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 1 CHANGE IN LAW AND COMPLIANCE WITH LAWS 9 Proposer shall comply with all laws, regulations, requirements and guidelines applicable to a vendor providing services and products required by the contract to the Region 4 ESC, as these laws, regulations, requirements and guidelines currently exist and as amended throughout the term of the contract. Region 4 ESC reserves the right, in Iits sole discretion, to unilaterally amend the contract prior to award and throughout the term of the contract to incorporate any modifications necessary for compliance with all applicable state and federal laws, regulations, requirements and guidelines. ❑./ I certify compliance with this attribute. 22 Does the Offerors offer provide a percentage discount for different categories of products/services? If yes, please describe the discounts for each category. The discount shall remain the same throughout the term of the contract and at the renewal options IGalls is offering a Standard Product Discount with all catalog items offered under this contract at a flat 15% discount off Galls' published list price. Pricing terms include Basis - List prices published in Galls' most recent Omnia Partners Price List; Applied Discount - 15% off list price for all eligible items at time of order; Pricing Scope — pricing structure applies to apparel, footwear, gear, duty gear, body armor, accessories, and select customization services. Some exclusions may apply to special ordered items. Custom built or agency specific items can be quoted separately. Additional discounts or pricing incentives may be made for high volume blanket purchase agreements. Special projects, large agency orders, or bundled equipment packages may qualify for custom pricing beyond the standard 15% discount. List prices will be reviewed and updated regularly. Galls will notify OMNIA partners and participating agencies of any pricing upgrades in accordance with contract terms. IIHas the Offeror had a previous business relationship with Region 4? Briefly describe any past contracts or interactions. Galls has not had a previous business relationship with Region 4. We have participated in previous RFP I processes for Region 4. 1 Does the Offeror have any conflicts of interest with any employees of Region 4 ESC? Please explain 2 any potential conflicts that may exist and submit the proper documentation required under Texas law if 2 a conflict does exist. Galls has no Conflict of Interest with any of the employees of Region 4 ESC. As such we are not submitting a Texas COI Questionnaire at this time. We are happy to do so upon request or of a conflict were to arise. 1 Total number and location of salespersons employed by Supplier. 2 3 Galls is headquartered in Lexington, KY, and boasts an associate team of 1700+ based throughout the United States that services customers through an award-winning national catalog, convenient eCommerce site, more than 125 dedicated sales representatives positioned across the country, and 65 retail branch locations. 1 Please provide the number and location of support centers (if applicable) and location of corporate 4 office. Galls corporate office is located at 1340 Russell Cave Road in Lexington, KY (40505) out of which our Customer Service team is based. We also have a west coast office that oversees parts of the western United States. This is in addition to our regionally organized sales account and district managers. 1 Please provide the annual sales for the three previous fiscal years. Please submit FEIN and Dunn & 2 Bradstreet report. Galls FEIN is 20-3545989. Our Dunn and Bradstreet report is attached as a separate confidential document. Our previous three years of annual sales have been: $640MM (2024), $611MM (2023), and $552MM (2022). Page 32 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 1 List any relationships with subcontractors or affiliates intended to be used when providing services 2 and identify if subcontractors meet minority-owned standards. If any, list which certifications subcontractors hold and certifying agency. It is Galls' policy to achieve race and gender equity and foster small business opportunities when possible. Our goal is to build a diverse and prosperous group of community contractors across our nationwide network who can effectively compete in business, while obtaining quality goods and services in a competitive, efficient, and non- discriminatory manner. We commit to the use of MWBE, SBE, DBE, and HUB subcontractors on this Master Agreement where possible. We have subcontractors that we use in various parts of the country that will satisfy these requirements. We can supply the certification for Culture Apparel Studio, LLC, the local WBE we use in the Houston market, upon request, as well as for other subcontractors. We also purchase goods from numerous manufacturers that meet these typically under-utilized designations including Neese Industries, Edwards Garment Company, Midway Caps, Stratton Hat Company, and Reflective Apparel. A full listing can be provided upon request. 1 Describe how supplier differentiates itself from its competitors. 2 7 Galls' 58 years of scale, specialization, and service within the public safety uniform and equipment industry along with our corporate infrastructure and our national footprint of 65 retail locations supports agencies small and large with consistent, compliant, and reliable solutions, tailored to the operational needs and requirements of government agencies through unmatched local responsiveness. Supported by in-house customization, embroidery, and alterations, we ensure faster turnaround and brand integrity. A trusted supplier on multiple cooperative purchasing contracts, Galls provides compliance, competitive pricing, and simplified onboarding. We offer more than products, we deliver fully managed procurement solutions, with industry-leading technology, customer service, and public safety expertise. This end-to-end value means we have no near peer. Please see our Attachment Response#8 for more details on our ability to create long-term organic value for all participating agencies. 1 Describe any green or environmental initiatives or policies. 2 g At Galls, we are committed to environmental sustainability through our robust nationwide recycling program. In 2024, our efforts resulted in recycling 273,830 pounds of material, saving over 2,489 trees, 52,028 gallons of oil, and reducing landfill waste by 411 cubic feet. Additionally, our program conserved 547,660 kilowatts of energy and 958,405 gallons of water, significantly reducing our environmental footprint. These results underscore our dedication to responsible business practices and continuous efforts to minimize waste while supporting a greener future. Additionally, we are committed to sourcing products responsibly and ensuring the highest standards of ethical manufacturing. All vendors and manufacturing partners must adhere to our Vendor Code of Conduct, which mandates compliance with labor laws, environmental regulations, and ethical business practices. To uphold these standards, we partner with QIMA, a leading third-party auditing firm, to conduct annual on-site factory inspections. These independent audits verify compliance with fair labor practices, workplace safety, environmental impact, and legal regulations. Our dedication to responsible sourcing reinforces our mission to provide high-quality products while maintaining transparency, integrity, and social responsibility throughout our supply chain. 1 Describe how supplier proposes to distribute the products/service nationwide. Include any states 2where products and services will not be offered under the Master Agreement, including U.S. Territories and Outlying Areas. Region 4 ESC and participating agencies can directly purchase items from any Galls location. Alternatively, they can use the eQuip system to place online orders, which can be shipped to the end user or a Galls service center for pickup at any of our 65 locations. Galls will ship all orders via FedEx from our Lexington, KY distribution center. Additional shipping options may be available upon request from customers. Galls will provide a tracking number with every shipment. Additionally, tracking options will be made available on eQuip. Delivery time varies nationwide, depending on ship method selected when the order is placed. Next business day, 2-day delivery, and 3-day delivery are all options and will be quoted as needed. Delivery times are generally guaranteed apart from extreme weather conditions or carrier's service interruptions. Hard good items that are in stock ship from Galls the same day and items with customization ship within 3-7 business days. All in-stock items will be delivered within 14 business days ARO. Body Armor will ship directly from the manufacturer and standard delivery will be 45-60 days ARO. Galls has historically had a 92% delivery rate and feels well-equipped to manage the delivery needs of Region 4 and all participating agencies. Page 33 of 35 pages Vendor:Galls,LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 1 Identify all other companies that will be involved in processing, handling or shipping the 3 products/service to the end user. 0 Galls has strong relationships with all major third-party logistics companies including FedEx and USPS, which will be engaged for our shipping and logistics requirements. 1 Provide ordering methods, online ordering, order tracking, search options, order history. 3 1 In addition to full-service website, in person, phone, and email ordering options, Galls provides free of charge a secure, proprietary, fully customizable e-commerce solution called e-Quip. Galls IT team operates more than 15,000 eQuip sites nationwide, providing departments between 5 and 100,000 users with a convenient tool for their inventory, ordering, tracking, and administrative management needs. Fully integrated into the Galls ERP platform, eQuip allows customers to manage uniform allotments, track orders, restrict views, customize items, view band manage inventory and invoices, and customize extensive on-demand reports at the agency, individual, or unit levels to provide a seamless ordering process. For full IT characteristics please see the uploaded eQuip specification document. ICan the vendor provide all requested goods and services? Explain how the Offeror's products/services fulfill Region 4's needs. Include whether specific categories or items are excluded. Galls can provide the goods and services that fulfill both Region 4's needs and those of any other participating agency. We offer a full suite of goods and services as detailed in our pricing proposal and in our pricing structure response. Some exclusions may apply to special orders. Custom built or agency specific items can be quoted separately. Additional discounts or pricing incentives may be made for high volume blanket purchase agreements. Special projects, large agency orders, or bundled equipment packages may qualify for custom pricing beyond the standard 15% discount. 1 What standard price adjustments can be anticipated? Identify any standard increases related to cost-of- 3 living adjustments or other factors that may impact pricing throughout the duration of the contract. 3 Galls is offering our web catalog pricing with specific category discounts. The percentage discounts offered to Region 4 ESC and participating agencies will never change. Once a year, Galls will update Region 4 ESC and Iparticipating agencies with an updated catalog. This would reflect any applicable increases or decreases to current contract items. Once the new catalog has been approved by Region 4, Galls would then update the contract source code with any applicable changes to be effective on the start date of the next term year. 1 What is the Offeror's capability to meet service and warranty needs? Detail how service requests and 4 warranty claims will be handled. Many products sold by Galls offer extended manufacturer warranties. For returns related to matters covered by a Imanufacturer's warranty, please visit the manufacturing brand's website and/or call their customer service line directly. During on boarding each customer will be provided a list of"Your Galls Service Contacts" to whom an agency can reach out to with any issues or questions to facilitate quick and efficient issue resolution. Galls will dedicate all upper Sales Management for assistance with customer issue resolution and will provide contact information for each manager to Region 4 and participating agencies 1 What is the Offeror's capability to comply with laws and rules relating to historically underutilized 3 businesses, if any? Confirm compliance and include any relevant details. Galls has the capacity to comply with laws and rules related to historically underutilized businesses ("HUB") as required. Partnering with a HUB firm goes beyond meeting requirements - it's about building genuine, long-term relationships that create shared success. As we actively grow our network, we continuously work to engage HUB 'firms. Our focus remains on creating meaningful opportunities for collaboration and ensuring our partners are fully supported for success. 1 Are there any additional factors identified in the request for proposal that are relevant to the decision 3 for award? We feel that we have adequately covered everything and responded to your concerns. We are happy to discuss any given matter in further detail and look forward to doing so. Page 34 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 1 What is the long-term cost impact of the Offeror's products/services? Describe how the pricing and 3 services offered affect Region 4's long-term costs. 7 Galls pricing and services are designed to reduce agency's long-term costs through efficiency, standardization, and strategic support. We are offering a competitive pricing structure allowing for volume-based discounts and price stability, helping Region 4 avoid cost increases over time and improve budget predictability. Through consolidated purchasing and an integrated online ordering platform, agencies save administrative time and reduce procurement errors, leading to operational cost savings by streamlining the procurement process. Our just-in-time inventory solutions minimize excess stock and storage costs, while forecasting tools prevent over-ordering. Our ongoing account management and customer service support reduces agency staff burden, allowing staff to focus on core responsibilities. High-quality, durable products reduce replacement frequency and maintenance costs, ensuring long-term value. Together, these elements support a sustainable, cost-effective program for Region 4 and its participating agencies. Page 35 of 35 pages Vendor:Galls, LLC 25-10 Addendum 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 VALLS Galls offers four primary value propositions that make us a unique partner in the field of uniform and safety equipment supply that allow us to uniquely create extra value for our customers. Firstly, we offer comprehensive in-house customization services that includes: • Uniform Customization: Full-service in-house embroidery, patch/emblem application, heat- press logos, nameplate engraving, cap embroidery, and custom hemming—all professionally handled on-site, ensuring quality and quick turnaround. • Badge & Nameplate Engraving: Personalized rank/name engraving with durable materials for a polished uniform look. • Custom Hemming&Tailoring: Individualized fittings and measurement services are paired with our hemming and alterations capabilities to provide hassle-free agency-ready uniforms. Secondly, we offer proprietary digital ordering solutions through our highly customizable e-commerce solution, eQuip. EQuip is a digital management system for uniforms/equipment featuring real-time order tracking, allotment/budget control, body armor serial tracking, invoicing, and reporting—all designed to reduce errors, administrative burdens, and spending per officer. Galls services and supports 15, 000 unique eQuip agency clients and over 83,000 unique eQuip customers who have seen an estimated average savings in per-officer spend of between $370 and $500 dollars, this aggregates to an approximate total annual savings of$30 million dollars. Additionally, Galls offers "Galls Customized Uniforms'" (GCU)", free, self-serve digital portal tailored to small and rural agencies. GCU allows these officers to design, customize, and order uniforms in as little as 7-10 days. GCU has been praised for its intuitive interface and consistency in delivery quality uniforms in a timely manner. Industry publications such as NAUMD and Officer.com have spotlighted GCU's role in simplifying uniform programs for small/rural agencies. Thirdly, we offer dedicated account management and fulfillment services through our Personal Agency Concierge program where each agency is paired with a dedicated representative prioritizing fast bid turnaround, inventory monitoring, and coordination across merchandising and customization departments, in addition to being a primary point of contact. Galls Concierge program is successful because it is backed, not only by our strong working relationships with over 1600 manufacturers and suppliers, but also by our state-of-the-art Inventory Management System ("IM") that is responsible for purchasing and managing approximately$90MM of on-hand inventory. Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 VXILLS Galls utilizes Tools Group So99+forecasting and replenishment system software. The system uses complex algorithms to compute current and future inventory needs. Galls' Inventory Planning reviews electronic data provided by SO99 and then adds human logic as well as historical data from any previous contracts and customer input. Purchase Orders are then released for goods to our vendors. This process considers constraints such as lead time, process time, cycle time, instability in order patterns, and historical demand. For many of our large programs, we have negotiated with vendors to hold safety stock levels which allow us to react quicker on replenishment needs. Galls Initial Fill Rate is 85%for un- customized orders. Galls'Order Packing process has been designed to ensure a 100% quality control audit integrated into the process. All items packed for an order are scan confirmed against the order lines to ensure accuracy. Any item not specifically identified on the order by barcode, or missing, will be flagged and the order label won't be printed until the issue has been resolved by a supervisor. This allows Galls to ensure complete quality in the packing and fulfillment processes. Galls'distribution center(DC) is in Lexington, KY and is approx. 350,000 square feet, containing 40,000 active pick locations and 38,000 reserve locations, where we have a fully automated warehouse management software tool and advanced pick control systems for order fulfillment. These systems allow us to ship an average of 2,700 orders daily and 700k orders annually. In addition to the Lexington distribution center, we also have a DC in Kansas allowing us to accelerate order delivery nationwide. Fourthly, we provide asset management and reporting tools to streamline not just procurement but also administration of procurement programs. EQuip and a sister tool, Armor Tracking, enable agencies to track individual orders, including body armor serials and expirations, and manage inventory with automated alerts. Real-time dashboards provide expense, usage, and order insights to support budgeting and compliance. EQuip allows real time, secure online ordering fully integrated into the Galls ERP platform. Customers can manage uniform allotments, track orders, restrict views by rank or location, customize items, see inventory availability, manage inventory, and customize on demand reports at the agency, individual, or unit levels to provide a seamless ordering process. EQuip notifies customers of any back-ordered items in real time during order placement. Galls works closely with our manufacturers to obtain products quickly, allowing the maintenance of the stock necessary for meeting an organization's uniform demands. The efficiencies gained by utilizing the Galls on-line solution results in real dollar savings beyond evaluating products on a line-item basis. By utilizing the eQuip system hidden costs in managing procurement programs are eliminated. Time spent traveling to and from a store location to place orders can now be done from any mobile device. By utilizing eQuip costs are lowered simply by saving time, money, and hours managing programs all while increasing buying power. Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 WALLS eQuip capabilities include: • Secure online ordering system • Site only accessible by username/password as assigned by customers • Contract pricing pre-loaded into each specific website. • Mobile device capability • Customer specific configuration • Product offering management • Integrated with Galls ERP system • Flexible On-Demand Reporting It is important that eQuip is owned and operated by Galls because it allows us to control the timelines of implementations and changes throughout the contract in a timeframe that is acceptable to the user. We do not outsource any of the work needed to build and maintain these websites, instead we employ an entire team of people dedicated to their expedient construction and efficient maintenance. The Galls eQuip system is a force multiplier that dramatically amplifies agency effectiveness in managing contract purchases at no additional cost or effort. Users are able to see inventory availability, eliminate keying errors, providing a seamless flow of orders from the eQuip site to the Galls warehouse management system. With its"Order History"capabilities agencies have access to an audit trail for orders received and processed. This allows an individual or administrative user to: • Check Order Status (tracking and backorder status) • Check Uniform Allotments • Manage Uniform Allotments (Admin only) Furthermore, eQuip offers extensive reporting capabilities. Current and historical invoices are available to view online to approved administrators. Invoices can be directed to individual branches or a centralized account email address. Each shipment is accompanied by a physical invoice, and we provide electronic invoices in common formats. In the unlikely event of a discrepancy, administrators can contact their designated Galls account representative, and any funds can be credited to the account or refunded. All invoices, documents, and records will be retained for the duration of the contract or until such a time as their destruction requires. Through the eQuip option, there are customizable detailed reports available 24 hours a day, 365 days a year. This makes tracking key performance indicators easier and allows up to the minute tracking of Docusign Envelope ID 149A8CBB-6DF2-4C137-97FC-E572773DCC78 JALLS expenses. Administrators can request reports, and each administrator's access can be limited to their specific area. Available reports include: • Allotment Report • Allowance Report • Order History Sales Report • Itemized Sales Report • Allotment Activity Report • Unit Allotment Activity Report • Backorder Report • Dropship Report • Awaiting Pickup Report • Unclaimed Merchandise Report • Top Vendors Report • Fill Rate Report Within these offerings, specific parameters and filters can be set, such as date range, order status, location, department, and individual reports. This ensures that administrators receive only the information they need in the desired format. Reports can be viewed in the web-view, exported to Excel, or e-mailed directly to the requesting user. In addition to the above reports, Galls schedules quarterly or yearly reviews where we discuss the status of the procurement program; including any updates or changes needed to improve customer experience or efficiency. Galls is more than a product supplier; we're a strategic partner. Our services reduce administrative overhead, enhance uniform consistency, improve compliance and functionality, and ultimately offer real cost savings and operational efficiency through minimized downtime, streamline procurement. Most importantly, they result in the enhancement of professionalism in some of the most important organizations within our communities. For further technical information please see the below flyers for value added services and eQuip. We look forward to discussing these in further detail should you so desire. Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 Choose GALLS® for Unrivaled Uniform Customization ! :„ _ . We can outfit your department from head to toe,no matter what the size.Our resources and expertise provide you with an instant-wear program so your purchases are ready for duty the moment they arrive at your door.Just leave the work to us. Follow These Three Simple Steps: 1. Choose Your Product.We know how important it is to be able to identify yourself but stay within specs.That's why we offer personalization services on almost all of our uniforms and apparel. ' " • 2.Tell Us the Customization You Want.We offer a complete line of customization _ options and tailoring special services.Cost-effective pricing makes it possible for - ,= the budget-conscious public safety professional to receive quality yet economical uniforms. 3.Call to Place Your Order.Our helpful representatives can answer all of your - ' questions and will make sure they have all of the information needed so you - receive just what you want.Then,our talented and experienced customization team takes it from there. • .+-^« I 1 � 7 .,r mil, _ it ra -.., 4 Ali- lls: 1111141 r l • 11100 WI .--Ve y , -' L: b ait We've Expanded Our In-House Customization •' You've always trusted GALLS®to provide the highest-quality emblems,embroidery and tailoring.Now,our in-house customization is better than ever. • Upgraded Technology • Exceptional Accuracy • 35%Increased Capacity • Faster Delivery Visit aalls.bloa for more information Working Smarter to Serve You Better Let GALLS® Do the Work for You Harness the benefits of our uniform programs through our FREE �' GALLS®eQuip'""Online Solution.Our eQuip Custom Online Solution illilik eliminates red-tape and brings you the features departments across the country now love.You can have: • More Savings.Spend less time on the phone and on the road checking on orders.GALLS®shipping options and pickup notifications provide real-time availability of your order information.Streamlined dashboards makes approvals a breeze. • More Insight.Access reports in real time,on demand.View invoicing,employee data,order statuses,individual allotment spend and more. • More Efficiency.Reduce errors with our custom uniform programs.Your product selection,pricing and custom uniform are preloaded onto your eQuip site for accurate,worry-free ordering. 4204, a a 01116 Call for pricing on • , . • 4 (X)�, • • • • 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 Embroil Black SWAN Ta110 r i n Embroidered * Black g Namestrips Navy Choose standard or ACU AR TER G.M namestrips(see below)when 1, . Olive you purchase your uniform We , VV A I_.c� embroider all of them in-house a H fray Brown so we can deliver them to you 0" e even faster. OliveIII 49, . . Khaki For standard namestrips,choose the doth strip/embroidery White YOUNG White ' ..-„ ,(1111111r4OPANi‘- color combo.Limit of fifteen Y:' • characters.1"H x 9"W. Cloth Strip Embroidery I' 114r .: .410.111PIP Cloth Strip Color Item Priceir , ri*.‘ ipp Black,Navy,Khaki,Olive,White UA0255 $7.99 Brown UN1415 $5.99 ati Digital - . Names Embroidered rla ' ti_s , For Public Safety Professionals,the uniform isn't merely something that's worn on the job.The uniform is a symbol that Namestrips for your ACU. �. signifies the dedication of its wearer to serve and protect.It Name embroidarsery. Limitblack51"H■5"W ''' must not onlyfit perfectly,but everyemblem precisely applied, embroidery.Limit 15 p Y pp• characters.Hook-and-loop backing.1"H x 5"W. ' each piece of embroidery carefully sewn,down to the finest UA6025 $5.99/ea detail.Trust GALLS•'s in-house tailoring to complete your uniform to perfection. ..."1111111111111.111111111111111111 1°11`'.- . P ilk' - l It 40,./.:: . Hemming Just tell us your inseam,and the experts on our uniform services Embroidered Nameplate Eyelets Braid Striping team will give your pants the professional look you want.They'll Choose nameplate eyelets for a nice,sharp look. Specify your choice of color Bladr be ready to wear when they arrive at your door.For most pants, LL098 $3.80 (available on most uniform . .'.;, ",4,-.. . , we can sew inseams up to 35"for men and 32"for women.Call for trousers). ,,,,..7.1, ; )ocusign Envelope ID: 149A8CBB-6DF2-4C87-97FC-E572773DCC78 Io n[rii iii Heat Pre ., . 1 2" I B .ii RIAR HILL POLICE DfPl Heat Press is a durable and affordable option for adding titles to just about any garment.Choose from reflective and non-reflective designs and titles; Back Reflective Heat Transfer Sets or create your own one-line or two-line Choose up to three lines.1"letters can have up to 18 custom titles.Reflective heat press is characters.2"letters can have up to 12 characters.3" designed of 500 Candlepower of 3M"" letters can have up to eight characters. !r•. Reflectivity. HT002 $12.99+ / / , 11146 *f Chest Bad t Trtles }'; .• Designs Aillifittil' itt, ,•,, . .. EN'S Left or right chest titles: Left or right chest design Back Design aki Science. 1"H x 4"W.Security,Police', HT035 $16.79+ HT033 5 18.99+ Sheriff'`,Fire,',EMS. Security 21/2"H x 31/2"W Security 4"H x 11"W Applied to Life.` HT037 $16.79+ Police 214"Hz312"W Police 4"Hx11"W Reflective Heat Press 6-Point Star 31/4"H x 33/4"W Sheriff 4"H)(try/ S00 candlepower of 3M' reflectivity—designed for nighttime duties.Logos and wording can Maltese 33H x 3374"W Fire 4"H x 11"W be placed on the front chest and on the back.All titles are offered in silver reflective color only. Starrt of of L Liffe 3/44 e H x 315"W EMS 4"H x 11"W •Same glass bead retro-reflective technology used in ANSI-compliant apparel;light reflects Star of Life 7"H x 7"W back to the source like vehicle headlights nimieurnajuirjadMatadi •Designs and lettering are affixed to your apparel with heat for a permanent transfer Shop our selection of workout and •Flexible reflective graphics won't peel or fade away layering apparel to get started! ,.! • itto Screen Printing o 1pir iiik 1 "c� -M l Screen Printing of titles or designs is more economical than ' • embroidery—and with less limitations than heat press. You can even screen print polyester.Option is available on r. selected polos,casual shirts,T-shirts,bags,rainwear and Questions? outerwear.Screen printing can handle almost any design, Our customer service representatives are here to help with a durable and long-lasting result.Call for details you Monday-Friday 8:00a.m.-9:OOp.m.ET. and pricing. Call 866.673.7643 today to place an order,ask a question or learn more about our products. Call for pridng.on + . oorpm= Docusign Envelope ID: 149A8CBB-6DF2.4037-97FC-E572773DCC78 Custom Designs Custom Emblems Set yourself apart with a unique emblem or exclusive Submit your design,and we'll take care of the rest.From a sketch to finished artwork,we can embroidered design.When public safety professionals arrive at customize an emblem to your specifications.We'll even send an existing emblem to you for approval. the scene,a customized emblem immediately identifies them Emblems are available in several options(see below). as authority to civilians and to other public safety agencies. fi Let us help you distinguish yourself in a sea of uniforms with ill: custom authority.Call 866.673.7643 today to find out how you Embroidered can outfit your entire department. Highlights traditional emblem construction with raised detailing and a shiny finish p Inkjetted r Provides more flexibility with details and color gradation r I r �t• . Woven Allpiiiiiiiki ows for more detailing,including smaller lettering A l' A/C* A Lir:s•.; .77461641,4tit• Combination ,�Combinesthefinedetail availablewith a woven emblem,but with -:!�, - hlasdffibrd7.f _s` - ... . :;._„.... .. . . AV-- Heat-Sealed . . , )4 --Provides a professional appearance and a durable,permanent #.design without the irritation caused by backing.With the intricate i �,detail of laser etching,the permanent adhesion also eliminates�� puckering for a smooth finish,Made of the same polyester thread - • 0 - • - .- s. STI as traditional embroidery,but at a fraction of the cost. ". . ,t '`, f � Y. 1r a Custom Embroidery ; 1044: � � Complete your look with custom embroidery for a more flexible,comfortable option.Please supply - finished artwork.Some restrictions apply. w� .;�.*..�►� �. :. • �"` • - . •,, . . _., al . . • 5 .,L y - .... .-. , - , - /_,:..,_,..q„ - . Iiiii , , , . 4g..•:'•• - "..*P-' ‘11‘tlf . °I!OP (11116111-113 . ' r . Questions? Our customer service representatives are here to help you Monday-Friday 8:00 a.m.-9:00 p.m.ET. Call 866.673.7643 today to place an order,ask a question or learn more about our products. .on 1 • s / . (x) ,. d,. T _ • • • • Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 We a wide selection of emblems,as well as having thEmblems capabilityproducing roducin your custom emblem.Call us today for details. page)We know you're busy—you don't have time to run to a tailor (continued next p g and have them apply a professional emblem to your uniform. _ That's why our uniform experts apply emblems of your choice, at the time of purchase,to almost any garment that you buy I lif- - from us.Call us for details on emblem application. 4,0 Emblem Application $6.99 each emblem Questions? it goillos . Our customer service representatives are here to help you 111 Monday-Friday 8:00 a.m.-9:00 p.m.ET, Call 866.673.7643 today to place an order,ask a . ; question or learn more about our products. S, • ALLS.COM ' - "`,'►" -r.'' i For a full selection of emblems and morale patches, 1111 - b d` visitgalls.com/emblems-patches lIM' Aiii — . C iii E �I Royal/White t �� on Blah I I I '1J1 Gold— on Blah Gold Royal/Gold B DI •— F �� on Navy �J on Blah Gold on Navy ��oyaUWhite 07.1Dark Gold Flag Embroidered Emblems on Blah on Blah Standard and Subdued Flags(2"H x 31/4"W) $0.99+ Gold White A) Left Sleeve Gold Border UA155 on Black _4/ on suck B) Right Sleeve Gold Border UA156 RoyaUG old Blah Chevrons Hash Marks C) Left Sleeve Subdued UA467 D) Right Sleeve Subdued UA490 E) Left Sleeve White Border UN599 Chevrons and Hash Mark Embroidered Emblems F) Right Sleeve White Border UA440 Description Dimensions Item Price Hash Marks Reflective Flags(P/4"H x 3s/4"W) $7.99+ Private 21/2"H x 27/8"W UA 123 2.79+ ea. (1/2"H x 2'/:"W) Left Sleeve Gold Border UA255 Corporal 3'/"H x 3"W UA 124 6.99+ ea. UA008 Right Sleeve Gold Border UA248 Sergeant 3s/8"H x 3"W UA125 6.99+ ea. $2.99+ ea. ,ati *cup *cup t,,cuR/ III .0-. ' `III . '•-- Gl 6! j s Sergeant Black pyo F�� Oa'. '-FI "PO.. Embroidered Insignia Specify color,stitching color and Na J Royal/Gold Black/Gold K Royal/White Navy/Gold BladdGold insignia.Titles:Private,Corporal, Gold Sergeant,Second Lieutenant, _ First Lieutenant,Captain,Major, Brown ' (JR Lieutenant Colonel and General. silver •. SECURITY C, �grx 1'8- 1"Hx1"W. , as , UA481 $4.99/pr Stitching1 14111111l'� 'l'`i";1�� \. 4111 '<s L •i M °% Icv- N'' i``• O' , ' URITY EMT • 'c1�d', I RITY OFFICER j In-Stock Embroidered Emblems 0 fFICI (ICER Our uniform experts can apply emblems of your choice at the time of Ir;.. R aJ purchase to almost any garment you buy from us.Specify emblem r G H I number and color where required. ss r r $2.99+ Fy.:/ 1) Explorer` 4"H x 4"W UA527 �/ In Stock Sublimated Emblems • K) Security Officer 33/4"Hx43/d'W UA526 P OOFICER These quality emblems utilize high-tech,sublimated ink dye to produce a sharper,more detailed design. L) Security/Eagle 41/4"H x 33/4'W UA139 Urethane backing provides enhanced durability. M) Security/Eagle 4"H x 4"W UA294 0 Description Dimensions Item Price N) Security/Eagle 3'k"H x 3'/7"W UA271 9 G)Security Officer 4"H x 3Y2"W UX537 7.99+ 0) First Responder 31/7"H x 3'/7"W UA126 4, ve H)First Response(choose EMT or Paramedic) 31/2"H x 2W W UX539 $$1.994 P) Private Security 4"H x 4Y"W UA246 I)Fire'";(choose Rescue or Dept.) 31/2"H x 3WW UX538 6.99+ Q) Crime Prevention 4"H x 43/4"W UA243 Q )ocusignEnvelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 A ' y Medion Black e ; , .. $ 99 c 4 I► irni ti i i i IMPwhite on Black libl 411�111111r1 Medium Gold BLK/GLD BLK/SIL Standard on Navy Back Emblems Medium Gold on Black Gray • Titles/Colors:Police's on Black ow Medium Gold on Black,White on Black,Gray on Black;Sheriff -‘4-= � w: ;,40 -Medium Gold on Black,Dark Gold on Brown;Security Nip Dark Gold ;w,cn,'. ''.,.;t fi s,. , ;wa! on Brown it er.. ,11. ,, ,, Medium Gold on Black,White on Black,Medium Gold on Navy. 4"H X 11"W. Check descriptions BLK/SIL BLK/GLO NAV/SIL NAV/GLD BRN/GLD UA528 $9.99+ for availability C D E F G Reflective POLICE Back Emblems t°�"` - �'°"'^ r Titles:Police'"),SherifPxm, 7 ,, v Security,Firefighteroo,Fire -- -- ux % Ic 0,r m.*� v -w Dept.''',Fire Rescue,EMS �) ` and Public Safety. ---t r �` co, 4"H X 12"W. sti..«+) t.rr ""`p 'N.,.0* UA332 $30.99 Specify Silver or Gold(see chart for reflective options) ir In-Stock Embroidered Badge Emblems m I b m S Our uniform experts can apply emblems of your choice at the time of purchase to almost any garment you buy from us.Specify emblem number and color where required. 4r(continued) Standard$6.994 Reflective$5.99 � � A) Police Shield"' 33/4"H x 27/8"W UA016 — B) Security Officer 3;/4"H x 27/8"W UA015 C) Sheriff', 3'/4"H x 31/2"W UA176 UA146(silver only) D) Police Officer'"' 3'/4"H x 21/2"W UA180 UA142 , E) Bike Patrol" 3'/4"H x 21/2"W UA177 — F) Security Officer 3;/4"H x 21/2"W UA183 UA145 4 - G) Public Safety 3'/4"H x 21/2"W UA596 UA597 x --$ .. Vi ` l7Z , .... f , Questions? , :.. For a full selection of emblems and morale patches, Our customer service representatives are here to help ' w •, -13 __:- f visit galls.com/emblems-patches you Monday-Friday 8:00 a.m.-9:00 p.m.ET. ° Call 866.673.1643 today to place an order,ask a A 1 question or learn more about our products. A C , . � • Flex FLEXa4oGE "'� Blackinton Flex BadgeB c e FlexBadge`isalightweightthreedimensional,flexiblemetallic I. x. 41..x 0$ y looking emblem that can be customized to replicate your - badge,logo,or patch. . e ,. . Pr •Lightweight,metallic in appearance -', •Flexible,pliable fora comfortable fit � NN,*.sN\' •More detailed and authentic looking than a patch or direct embroidery '•' .k { Gold •Fully customizable r vx. •Adheres to most textiles •Lies flat on material will not buckle D • F Silver •Dry cleaning and household laundry safe ����� �� { •Heat press activated textile adhesive for permanent use [1'"'-�•L7 E xi ECTtyk. •Hook-and-loop application available 0C4Erltiz40sNaD4t,F .�i /•. , Gold/Silver •Block or roman font can be used O oee ices t' n Startingat$44.99= �tiM4pQ4e. 0 1. . A. Silver/Gold A)FLX736 Shield FB001 „ ;d., B)FLX2251S-Point Star FB004 S ' 15 oLIC �. ir VHB Black C)FLX956 6-Point Star FB003 N H Looks D)FLX736-R Shield F6012 metallic,but E)FLX538 Shield FB010 l'OLIGe is incredibly . Gunmetal • F)FLX296 Shield FB005 iflexible Finishes �' • . . ke (4 t (X) , „ Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 s t (ap -1 .....7 C • 1 Frust s.. _. nA,K Cap Personalization U�"�COVNI-r. 113 - Display your authority on a ball cap. U "f�1!`Ep r Ourin house customization Embroider your cap on the front,back, /(rn - . strap or in all three places.For design -ilir •v-- capabilities sets us apart options,see right.For the front,you from our competitors.We receive one or two lines of embroidery. _ i ,r rFor two lines,choose up to twelve 1/2"H know how important it is for block letters on the top line;up to ten 1"H ' your uniform to look exactly block letters on the bottom line.For one line, Iright—and as a busy public select up to ten 1/2"H block letters or 1"H block letters.For - safety professional,you back and wrap strap,specify up to 10 characters/spaces of 1/2" Cap don't have time to run to embroidered lettering. Back the tailor or embroidery Description Item Price 'r shop.That's where we step Front,1 Line LL1LNH 6.99 .. --- a -_ � in for you:We take care of Front,?Lines LL2LNH 6.79 Cap Back PEB02 7.69 /1011.11k— it, Strap the details so your uniform Wrap Strap* PES01 7.69 is readyfor dutywhenyouf "Wrap Strap only available with HW18 �� receive it! 40 •A Bag Personalization — N. 1 Quickly identify your gear with a ,,.. design,lettering or both!Add '� ';• Startin at initials only(max four)or 9up to two lines of letters. 174 •,•ia Fire Scramble" One line:20 letters/ r 4' EDt 590 LL029 $ 799 spaces max.Two lines:top 12 letters/ 1111110111. ,., spaces max,bottom all 10 letters/spaces max. 0 Block ptio oa script.ibHeat press some/ ,..01 option available on some bags,see p.4.Distinctive Ai" Graphic Designs available on right. No-Fill Maltese Cross Star of Life Description UA062 ED1503 Item Price Designs 2 Line LL1LNB $6.59 Distinctive Graphic 9 2 Line LL2LNB $8.79 With each design you also receive up to 20 characters/spaces of embroidered block lettering surrounding your design,all for one low price.Personalization is sewn in complementary colors to your garment.Note:Indicate if graphic design is being applied to apparel,hat or bag when ordering.Allow three to five days for delivery of -- customized garments. Collar Personalization Personalize the collar of your turtleneck,mock turtleneck or dickie. Half-Inch Embroidered Initials 911 Choose up to four 1/2"initials on the left side of the neck. . Chest Personalization Right Chest Left Chest PEHOO $5.49 Embroider up to three lines of messaging on left or Personalization Personalization right chest(all caps:15 characters/spaces each line,or Embroidered Designs - P�' 0 mixed caps:22)stitched onto any garment that accepts GR EEA1 V I LLE Choose Shield,5-,6-or 7-Point L embroidery.You can also choose block or script lettering. FIRE DEPT Star,all in Gold or Silver;or Fire �{ Designs may also be embroidered on your shirt chest. Block letterin Scramble;or Star of Life in Black, Description Item Price g Navy,Royal,White,Silver or Right Chest,3 Lines PECO3 9.79 Gold for the right side of the neck. Half-Inch Initials Dem" Left Chest,3 Lines LL3LN 9.79 Specify design and color. Right Chest,2 Lines PECO2 9.99 ` ',newt*. A Left Chest,2 Lines LL2LNM 9.99 A mixt(lance Shield" r 6-Pt Star ' Fire Right Chest,1 Line PECO1 6.99 Soipt Lettering ', PEH12 r PEH16 Scramble" LeftChest,1Line LL1LNM 6.99 $1.72 t .'- $5.49 *,, PEire .. ; $2.46 .1 5-Pt Star'x7-Pt Star Star of Life PEH14 PEH18 PEHO5 $1.15 . - t $5.49 55.49 Block Lettering Add large fletters YOUR DEPT. the back ofyour apparel or n. umouterwear purchase. oQuestions? Top row:twelve tomr w:ten2" I"IIAMEIIERE Our customer serve representatives are here to help you Monday-Friday 8:00a.m.-9:00 uctp.m.ET. spaces;Bottom row:ten 2" Call 866.673.7643 today to place an order,ask a question or team more about our products. character/spaces. PEDOO $29.49 Call for pricing on - • . Call for restricted r'. ..i.. _ • • • • • 1 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 e • VIP . 4LLS CUSTOM ONLINE SOLUTION Innovated, Designed,and Built,for the Public Safety Community 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Galls eQuip System Capabilities Version 4.0 12.13.2024 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 ■ ■ ■ ■ Galls eQuip System Capabilities Version 4.0 12.13.2024 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 1 1 1 1 1 1 1 1 1 I 1 1 1 1 1 Galls eQuip System Capabilities Version 4.0 12.13.2024 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 • 1 • 1 1 1 1 1 1 ■ ■ ■ ■ ■ ■ ■ 1 1 1 1 1 Galls eQuip System Capabilities Version 4.0 12.13.2024 Docusign Envelope ID:149A8CBB-6DF2-4CB7-97FC-E572773DCC78 1 ■ 1 1 1 ■ 1 1 1 1 ■ 1 1 1 ■ 1 ■ 1 1 1 1 1 1 1 Galls eQuip System Capabilities Version 4.0 12.13.2024 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Galls eQuip System Capabilities Version 4.0 12.13.2024 Docusign Envelope ID:149A8CBB-6DF2-4CB7-97FC-E572773DCC78 I I I I I 1 1 1 I I I 1 1 Galls eQuip System Capabilities Version 4.0 12.13.2024 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 WALLS Galls products and pricing proposal can be found in our file "Galls Omnia 2025 items catal.xlsx" uploaded as a Response Attachment in the lonwave portal. We are offering a standard product discount on all catalog items offered under this contract at a flat 15% discount off of Galls' published list price. This discount off of list price will be for all eligible items at the time an order is placed. The catalog currently applies to apparel, footwear, duty gear, body armor, accessories, and select customization services. Custom-built or agency specific items may be quoted separately. And additional discounts may be available for high volume or blanket purchase agreements. Special projects, large agency orders, or bundled equipment packages may qualify for custom pricing quotes beyond the standard 15% discount. List prices will be reviewed and published regularly, and Galls will notify OMNIA Partners and participating agencies of any pricing updates in accordance with contract terms. Galls fully commits to the "not-to-exceed" model and as such, our discount rates will not increase over the term of the contract. Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 V‘ILLS Galls offers the following shipping price options that are broken out by order amount. These are reduced shipping costs and would be flagged internally in Galls'ordering system for Region 4 and participating agencies as applicable. Order Range($) Ground Shipping($) USPS Priority Shipping($) 0-199 6.99 6.99 200-299 12.99 12.99 300-399 18.99 18.99 400-499 24.99 24.99 500-599 30.99 30.99 600-699 36.99 36.99 700-799 42.99 42.99 800-899 48.99 48.99 900-999 54.99 54.99 1000-1099 60.99 60.99 1100-1199 66.99 66.99 1200-1299 72.99 72.99 1300-1399 78.99 78.99 1400-1499 84.99 84.99 1500-19999 90.99 90.99 2000-2999 120.00 120.00 3000+ 180.00 180.00 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 L ® 1340 Russell Cave Road Lexington,KY 40505 July 2nd, 2025 Crystal Wallace, CTSBO Procurement Contracts Liaison Region 4 Education Service Center 7145 West Tidwell Road Houston,Texas 77092 cwallacePesc4.net RE: OMNIA COOP Region 4 ESC-Apparel Uniforms Accessories Products - RFP 25-10 Dear Crystal, GALLS is excited to submit our proposal for RFP 25-10 Apparel Uniforms Accessories Products and to participate in the OMNIA cooperative opportunity. While we feel our attribute responses speak to the requirements of Exhibit A, we want to emphasize that we are committed to conforming with those requirements and working with goodwill with both Region 4 ESC and any future participating agencies should we earn an award. Our intention is to work in full faith and partnership with the OMNIA director of partner development on all marketing,sales,and administrative support requirements in the master agreement and the promotion thereof. GALLS corporate commitment extends to the highest level of our C-Suite.We are excited about promoting the master agreement to current and future customers and we have assigned Patrick Sutton, our VP of Sales, as the executive corporate sponsor and Frank Cappo, as the national account manager. In tandem these gentlemen will be responsible for the overall management of the master agreement as well as training our sales workforce on the promotion and marketing of the master agreement nationwide. Our pricing proposal is a flat discount percentage. This will allow us to meet the "not-to-exceed" requirements of the master agreement. As you review our attribute responses submitted via the Ionwave portal,please let us know what questions or concerns may arise. We are happy to discuss any of these with you further should clarifications be required. Thank you, 7tA Mike Fad en CEO Galls, LLC Enclosed: Exhibit A 01 LE0320ASD Docusign Envelope ID: 149A8CBB-6DF2-4C87-97FC-E572773DCC78 ALLS GALLS KEY PERSONNEL Patrick Sutton-Vice President, Sales, Managed Accounts Patrick brings 19 years of experience with Galls, having joined the company in 2006 as an Inside Managed Account Representative. Over the years, he has held several key leadership positions, including Regional Account Executive (serving the State of Florida for nine years), District Sales Manager, Regional Director, and Senior Director of Business Development. In his current role as Vice President of Sales for Managed Accounts, Patrick leads national strategy and execution for Galls' most critical customer partnerships. Frank Cappo-Director of Sales, Southern U.S. Frank brings 25 years of experience in sales and sales leadership within the Public Safety industry. He has built, trained, and led top-performing sales teams at respected organizations such as Safariland, 5.11 Tactical, Armor Express, and Hero's Pride. Frank's deep understanding of agency needs, procurement processes, and uniform and equipment programs ensures customers receive solutions that align with their operational goals. Paul Bennett- Regional Account Executive With over 30 years of experience in sales and Public Safety uniform program management, Paul plays a vital role in ensuring seamless service and account management across the Region 4 ESC contract. He serves as the primary contact for day- to-day customer needs, providing expert support and ensuring high standards of delivery and satisfaction. Brittany Jordan-Strategic Account Manager Brittany brings over 18 years of experience in managing strategic accounts across multiple sectors. At Galls, she serves as the lead point of contact for key clients, ensuring a consistent customer experience, maintaining contract compliance, and driving long-term satisfaction through proactive service and problem-solving. Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 ALLS Ben Irvine-Director of Operations, Southern U.S. Ben has over 11 years of experience managing branch and retail operations in both public and private sector environments. Currently, he oversees performance and fulfillment for eight branch Locations across the Southern U.S., ensuring accurate inventory, timely delivery, and exceptional service to meet customer expectations at every level. Docusign Envelope ID: 149A8CBB-6DF2-4C87-97FC-E572773DCC78 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2025-1322730 GALLS, LLC Lexington, KY United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 06/11/2025 being filed. Region 4 Educational Service Center Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 25-10 Direct Purchase of Apparel,Uniforms,Accessories, Products 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Mike Fadden and my date of birth is 01/23/1967 My address is 1340 Russell Cave Road Lexington KY 40505 Fayette (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Fayette KY 11th June 25 County, State of ,on the day of ,20 (month) (year) 1,214 Signay ofauthorize) agent of contracting business entity ( eclarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.0.e02d6221 Docusign Envelope ID 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 Exhibit A Response for National Cooperative Contract 1.0 Scope of National Cooperative Contract Capitalized terms not otherwise defined herein shall have the meanings given to them in the Master Agreement or in the Administration Agreement between Supplier and OMNIA Partners. 1.1 Requirement The Region 4 Education Service Center (hereinafter defined and referred to as "Principal Procurement Agency"), on behalf of itself and OMNIA Partners, Public Sector, Inc., a Delaware corporation ("OMNIA Partners"), is requesting proposals for The Direct Purchase of Apparel, Uniforms, Accessories, Products and Services. The intent of this Request for Proposal is any contract between Principal Procurement Agency and Supplier resulting from this Request for Proposal ("Master Agreement") be made available to other public agencies nationally, including state and local governmental entities, public and private primary, secondary and higher education entities, non-profit entities, and agencies for the public benefit ("Public Agencies"), through OMNIA Partners' cooperative purchasing program. The Principal Procurement Agency has executed a Principal Procurement Agency Certificate with OMNIA Partners, an example of which is included as Exhibit D, and has agreed to pursue the Master Agreement. Use of the Master Agreement by any Public Agency is preceded by their registration with OMNIA Partners as a Participating Public Agency in OMNIA Partners' cooperative purchasing program. Registration with OMNIA Partners as a Participating Public Agency is accomplished by Public Agencies entering into a Master Intergovernmental Cooperative Purchasing Agreement, an example of which is attached as Exhibit C, and by using the Master Agreement, any such Participating Public Agency agrees that it is registered with OMNIA Partners, whether pursuant to the terms of the Master Intergovernmental Purchasing Cooperative Agreement or as otherwise agreed to. The terms and pricing established in the resulting Master Agreement between the Supplier and the Principal Procurement Agency will be the same as that available to Participating Public Agencies through OMNIA Partners. All transactions, purchase orders, invoices, payments etc., will occur directly between the Supplier and each Participating Public Agency individually, and neither OMNIA Partners, any Principal Procurement Agency nor any Participating Public Agency, including their respective agents, directors, employees or representatives, shall be liable to Supplier for any acts, liabilities, damages, etc., incurred by any other Participating Public Agency. Supplier is responsible for knowing the tax laws in each state. This Exhibit A defines the expectations for qualifying Suppliers based on OMNIA Partners' requirements to market the resulting Master Agreement nationally to Public Agencies. Each section in this Exhibit A refers to the Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 capabilities, requirements, obligations, and prohibitions of competing Suppliers on a national level in order to serve Participating Public Agencies through OMNIA Partners. These requirements are incorporated into and are considered an integral part of this RFP. OMNIA Partners reserves the right to determine whether to make the Master Agreement awarded by the Principal Procurement Agency available to Participating Public Agencies, in its sole and absolute discretion, and any party submitting a response to this RFP acknowledges that any award by the Principal Procurement Agency does not obligate OMNIA Partners to make the Master Agreement available to Participating Procurement Agencies. 1.2 Marketing, Sales and Administrative Support During the term of the Master Agreement OMNIA Partners intends to provide marketing, sales, partnership development and administrative support for Supplier pursuant to this section that directly promotes the Supplier nationally to Public Agencies. OMNIA Partners will assign the Supplier a Director of Partner Development who will serve as the main point of contact for the Supplier and will be responsible for managing the overall relationship between the Supplier and OMNIA Partners. The Director of Partner Development will work with the Supplier to develop a comprehensive strategy to promote the Master Agreement and will connect the Supplier with appropriate stakeholders within OMNIA Partners including, Sales, Marketing, Contracting, Training, and Operations & Support. The OMNIA Partners marketing team will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through its available marketing channels as appropriate with OMNIA Partners' overall marketing strategy. The OMNIA Partners sales teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through initiatives that may include: A. Individual sales calls B. Joint sales calls C. Communications/customer service D. Training sessions for Public Agency teams E. Training sessions for Supplier teams The OMNIA Partners contracting teams will work in conjunction with Supplier to promote the Master Agreement to both existing Participating Public Agencies and prospective Public Agencies through: Version February 12,2025 Docusign Envelope ID. 149A8CBB-6DF2-4C137-97FC-E572773DCC78 A. Serving as the subject matter expert for questions regarding joint powers authority and state statutes and regulations for cooperative purchasing B. Training sessions for Public Agency teams C. Training sessions for Supplier teams D. Regular business reviews to monitor program success E. General contract administration The OMNIA Partners Manufacturer Enablement Team will work in conjunction with Supplier and supporting manufacturers of awarded products available through awarded Supplier (where applicable) to promote the Master Agreement through initiatives that may include: A. Driving speed to market to reach Public Agencies through process innovation B. Encouraging competitive manufacturer offerings C. Providing enhanced data driven analytics to suppliers and manufacturers D. Identifying participant engagement opportunities for suppliers and manufacturers Suppliers are required to pay an Administrative Fee of 3% of the greater of the Contract Sales under the Master Agreement and Guaranteed Contract Sales under this Request for Proposal. Supplier will be required to execute the OMNIA Partners Administration Agreement (Exhibit B). At Supplier's option, Suppliers may pay additional fees beyond administrative fees, such as technology fees, to OMNIA Partners and/or a third party for additional support and/or access to OMNIA Partners' technology platform. Supplier is expected to embrace OMNIA Partners' technology enabled tools including its ecommerce platform, OPUS. The ecommerce platform may include integrating supplier's catalog into the platform (if applicable), providing keywords to allow for quick connects, responding and reporting any leads that come to the supplier via their quick connect link in OPUS. 1.3 Estimated Volume The dollar volume purchased under the Master Agreement is estimated to be approximately 10 million annually. While no minimum volume is guaranteed to Supplier, the estimated annual volume is projected based on the current annual volumes among the Principal Procurement Agency, other Participating Public Agencies that are anticipated to utilize the resulting Master Agreement to be made available to them through OMNIA Partners, and volume growth into other Public Agencies through a coordinated marketing approach between Supplier and OMNIA Partners. Version February 12,2025 Docusign Envelope ID: 149A8C13B-6DF2-4CB7-97FC-E572773DCC78 1.4 Award Basis The basis of any contract award resulting from this RFP made by Principal Procurement Agency will, at OMNIA Partners' option, be the basis of award on a national level through OMNIA Partners. If multiple Suppliers are awarded by Principal Procurement Agency under the Master Agreement, those same Suppliers will be required to extend the Master Agreement to Participating Public Agencies through OMNIA Partners. Utilization of the Master Agreement by Participating Public Agencies will be at the discretion of the individual Participating Public Agency. Certain terms of the Master Agreement specifically applicable to the Principal Procurement Agency (e.g., governing law) are subject to modification for each Participating Public Agency as Supplier and such Participating Public Agency may agree without being in conflict with the Master Agreement as a condition of the Participating Agency's purchase and not a modification of the Master Agreement applicable to all Participating Agencies. Participating Agencies may request to enter into a separate supplemental agreement to further define the level of service requirements over and above the minimum defined in the Master Agreement (e.g., governing law, invoice requirements, order requirements, specialized delivery, diversity requirements such as minority and woman owned businesses, historically underutilized business, etc.) ("Supplemental Agreement"). It shall be the responsibility of the Supplier to comply, when applicable, with the prevailing wage legislation in effect in the jurisdiction of the Participating Agency. It shall further be the responsibility of the Supplier to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the term of the Master Agreement and adjust wage rates accordingly. In instances where supplemental terms and conditions create additional risk and cost for Supplier, Supplier and Participating Public Agency may negotiate additional pricing above and beyond the stated contract not-to-exceed pricing so long as the added price is commensurate with the additional cost incurred by the Supplier. Any supplemental agreement developed as a result of the Master Agreement is exclusively between the Participating Agency and the Supplier (Contract Sales are reported to OMNIA Partners). All signed Supplemental Agreements and purchase orders issued and accepted by the Supplier may survive expiration or termination of the Master Agreement. Participating Agencies' purchase orders may exceed the term of the Master Agreement if the purchase order is issued prior to the expiration of the Master Agreement. Supplier is responsible for reporting all sales and paying the applicable Administrative Fee for sales that use the Master Agreement as the basis for the purchase order, even though Master Agreement may have expired. 1.5 Objectives of Cooperative Program This RFP is intended to achieve the following objectives regarding availability through OMNIA Partners' cooperative program: Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 A. Provide a comprehensive competitively solicited and awarded national agreement offering the Products covered by this solicitation to Participating Public Agencies; B. Establish the Master Agreement as the Supplier's primary go to market strategy to Public Agencies nationwide; C. Achieve cost savings for Supplier and Public Agencies through a single solicitation process that will reduce the Supplier's need to respond to multiple solicitations and Public Agencies need to conduct their own solicitation process; D. Combine the aggregate purchasing volumes of Participating Public Agencies to achieve cost effective pricing. 2.0 REPRESENTATIONS AND COVENANTS As a condition to Supplier entering into the Master Agreement, which would be available to all Public Agencies, Supplier must make certain representations, warranties and covenants to both the Principal Procurement Agency and OMNIA Partners designed to ensure the success of the Master Agreement for all Participating Public Agencies as well as the Supplier. 2.1 Corporate Commitment Supplier commits that (1) the Master Agreement has received all necessary corporate authorizations and support of the Supplier's executive management, (2) the Master Agreement is Supplier's primary "go to market" strategy for Public Agencies, (3) the Master Agreement will be promoted to all Public Agencies, including any existing customers, and Supplier will transition existing customers, upon their request, to the Master Agreement, and (4) that the Supplier has read and agrees to the terms and conditions of the Administration Agreement with OMNIA Partners and will execute such agreement concurrent with and as a condition of its execution of the Master Agreement with the Principal Procurement Agency. Supplier will identify an executive corporate sponsor and a separate national account manager within the RFP response that will be responsible for the overall management of the Master Agreement. 2.2 Pricing Commitment Supplier commits the not-to-exceed pricing provided under the Master Agreement pricing is its lowest available (net to buyer) to Public Agencies nationwide and further commits that if a Participating Public Agency is eligible for lower pricing through a national, state, regional or local or cooperative contract, the Supplier will match such lower pricing to that Participating Public Agency under the Master Agreement. 2.3 Sales Commitment Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 Supplier commits to aggressively market the Master Agreement as its go to market strategy in this defined sector and that its sales force will be trained, engaged and committed to offering the Master Agreement to Public Agencies through OMNIA Partners nationwide. Supplier commits that all Master Agreement sales will be accurately and timely reported to OMNIA Partners in accordance with the OMNIA Partners Administration Agreement. Supplier also commits its sales force will be compensated, including sales incentives, for sales to Public Agencies under the Master Agreement in a consistent or better manner compared to sales to Public Agencies if the Supplier were not awarded the Master Agreement. 3.0 SUPPLIER RESPONSE As part of the attributes in Ion Wave, Offeror's are to supply the following information, in order for the Principal Procurement Agency to determine the Offeror's ability to extend the resulting Master Agreement to Participating Public Agencies through OMNIA Partners 3.1 Company A. Brief history and description of Supplier to include experience providing similar products and services. B. Total number and location of salespersons employed by Supplier. C. Number and location of support centers (if applicable) and location of corporate office. D. Annual sales for the three previous fiscal years. a. Submit FEIN and Dunn & Bradstreet report. E. Describe any green or environmental initiatives or policies. F. Describe any diversity programs or partners supplier does business with and how Participating Agencies may use diverse partners through the Master Agreement. Indicate how, if at all, pricing changes when using the diversity program. If there are any diversity programs, provide a list of diversity alliances and a copy of their certifications. G. Indicate if supplier holds any of the below certifications in any classified areas and include proof of such certification in the response: a. Minority Women Business Enterprise n Yes ® No If yes, list certifying agency: b. Small Business Enterprise (SBE) or Disadvantaged Business Enterprise (DBE) ❑ Yes ® No If yes, list certifying agency: c. Historically Underutilized Business (HUB) Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4C137-97FC-E572773DCC78 ❑ Yes ® No If yes, list certifying agency: d. Historically Underutilized Business Zone Enterprise (HUBZone) n Yes ® No If yes, list certifying agency: e. Other recognized diversity certificate holder Yes ® No If yes, list certifying agency: H. List any relationships with subcontractors or affiliates intended to be used when providing services and identify if subcontractors meet minority-owned standards. If any, list which certifications subcontractors hold and certifying agency. I. Describe how supplier differentiates itself from its competitors. J. Describe any present or past litigation, bankruptcy or reorganization involving supplier. K. Felony Conviction Notice: Indicate if the supplier a. is a publicly held corporation and this reporting requirement is not applicable; b. is not owned or operated by anyone who has been convicted of a felony; or c. is owned or operated by and individual(s) who has been convicted of a felony and provide the names and convictions. L. Describe any debarment or suspension actions taken against supplier 3.2 Distribution, Logistics A. Each offeror awarded an item under this solicitation may offer their complete product and service offering/a balance of line. Describe the full line of products and services offered by supplier. B. Describe how supplier proposes to distribute the products/service nationwide. Include any states where products and services will not be offered under the Master Agreement, including U.S. Territories and Outlying Areas. C. Describe how Participating Agencies are ensured they will receive the Master Agreement pricing; include all distribution channels such as direct ordering, retail or in-store locations, through distributors, etc. Describe how Participating Agencies verify and audit pricing to ensure its compliance with the Master Agreement. D. Identify all other companies that will be involved in processing, handling or shipping the products/service to the end user. Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4C137-97FC-E572773DCC78 E. Provide the number, size and location of Supplier's distribution facilities, warehouses and retail network as applicable. 3.3 Marketing and Sales A. Given the public nature of the solicitation and contract, OMNIA Partners makes solicitation and contract documentation, including pricing documents, available on its website so Participating Public Agencies may easily conduct their due diligence. Describe any portions of the response that should not be available on the website and why those portions should not be available. B. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to immediately implement the Master Agreement as supplier's primary go to market strategy for Public Agencies to supplier's teams nationwide, to include, but not limited to: i. Executive leadership endorsement and sponsorship of the award as the public sector go-to-market strategy within first 10 days ii. Training and education of Supplier's national sales force with participation from the Supplier's executive leadership, along with the OMNIA Partners team within first 90 days C. Provide a detailed ninety-day plan beginning from award date of the Master Agreement describing the strategy to market the Master Agreement to current Participating Public Agencies, existing Public Agency customers of Supplier, as well as to prospective Public Agencies nationwide immediately upon award, to include, but not limited to: i. Provide Supplier's logo, content and keywords for OMNIA Partners website contract search and ecommerce platform ii. Creation and distribution of an announcement or press release to Public Agencies, customers and/or trade publications iii. Announcement, Master Agreement details and contact information published on the Supplier's website within first 90 days iv. Design, publication and distribution of co-branded marketing materials within first 90 days v. Commitment to attendance and participation with OMNIA Partners at national (i.e. NIGP Annual Forum, NPI Conference, etc.), regional (i.e. Regional NIGP Chapter Meetings, Regional Cooperative Summits, etc.) and supplier-specific trade shows, conferences and meetings throughout the term of the Master Agreement vi. Ongoing marketing and promotion of the Master Agreement throughout its term (case studies, collateral pieces, presentations, promotions, ads in trade publications, etc.) Version February 12,2025 Docusign Envelope ID 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 vii. Dedicated OMNIA Partners page on Supplier's website with: • OMNIA Partners standard logo; • Copy of original Request for Proposal; • Copy of Master Agreement and amendments between Principal Procurement Agency and Supplier; • Summary of Products and pricing; • Marketing Materials • Electronic link to OMNIA Partners' website; • A dedicated toll-free number and email address for OMNIA Partners D. Describe how Supplier will transition any existing Public Agency customers' accounts to the Master Agreement available nationally through OMNIA Partners. Include a list of current cooperative contracts (regional and national) Supplier holds and describe how the Master Agreement will be positioned among the other cooperative agreements. E. Acknowledge Supplier agrees to provide its logo(s) to OMNIA Partners and agrees to provide permission for use in marketing communications and promotions. Acknowledge that use of OMNIA Partners logo will require permission for reproduction, as well. F. Confirm Supplier will be proactive in direct sales of Supplier's goods and services to Public Agencies nationwide and the timely follow up to leads established by OMNIA Partners. All sales materials are to use the OMNIA Partners logo. At a minimum, the Supplier's sales initiatives should communicate: i. Master Agreement was competitively solicited and publicly awarded by a Principal Procurement Agency ii. Best government pricing iii. No cost to participate iv. Non-exclusive G. Confirm Supplier will train its national sales force on the Master Agreement. At a minimum, sales training should include: i. Key features of Master Agreement ii. Working knowledge of the solicitation process iii. Awareness of the range of Public Agencies that can utilize the Master Agreement through OMNIA Partners iv. Knowledge of benefits of the use of cooperative contracts Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 H. Provide the name, title, email and phone number for the person(s), who will be responsible for: i. Executive Support ii. Marketing iii. Sales iv. Sales Support v. Financial Reporting vi. Accounts Payable vii. Contracts I. Describe in detail how Supplier's national sales force is structured, including contact information for the highest-level executive in charge of the sales team. I. Explain in detail how the sales teams will work with the OMNIA Partners team to implement, grow and service the national program. J. Explain in detail how Supplier will manage the overall national program throughout the term of the Master Agreement, including ongoing coordination of marketing and sales efforts, timely new Participating Public Agency account set-up, timely contract administration, etc. K. State the amount of Supplier's Public Agency sales for the previous fiscal year. Provide a list of Supplier's top 10 Public Agency customers, the total purchases for each for the previous fiscal year along with a key contact for each. L. Describe Supplier's information systems capabilities and limitations regarding order management through receipt of payment, including description of multiple platforms that may be used for any of these functions. M. Provide the Contract Sales (as defined in Section 12 of the OMNIA Partners Administration Agreement) that Supplier will guarantee each year under the Master Agreement for the initial three years of the Master Agreement ("Guaranteed Contract Sales"). Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 $ 100,000 .00 in year one $ 100,000 .00 in year two $ 100,000 .00 in year three To the extent Supplier guarantees minimum Contract Sales, the Administrative Fee shall be calculated based on the greater of the actual Contract Sales and the Guaranteed Contract Sales. N. Even though it is anticipated many Public Agencies will be able to utilize the Master Agreement without further formal solicitation, there may be circumstances where Public Agencies will issue their own solicitations. The following options are available when responding to a solicitation for Products covered under the Master Agreement. i. Respond with Master Agreement pricing (Contract Sales reported to OMNIA Partners). ii. If competitive conditions require pricing lower than the standard Master Agreement not-to-exceed pricing, Supplier may respond with lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales are reported as Contract Sales to OMNIA Partners under the Master Agreement. iii. Respond with pricing higher than Master Agreement only in the unlikely event that the Public Agency refuses to utilize Master Agreement (Contract Sales are not reported to OMNIA Partners). iv. If alternative or multiple proposals are permitted, respond with pricing higher than Master Agreement, and include Master Agreement as the alternate or additional proposal. Detail Supplier's strategies under these options when responding to a solicitation. Version February 12,2025 Docusign Envelope ID: 149A8C8B-6DF2-4CB7-97FC-E572773DCC78 Exhibit F Federal Funds Certifications FEDERAL CERTIFICATIONS ADDENDUM FOR AGREEMENT FUNDED BY U.S. FEDERAL GRANT TO WHOM IT MAY CONCERN: Participating Agencies may elect to use federal funds to purchase under the Master Agreement. This form should be completed and returned. DEFINITIONS Contract means a legal instrument by which a non—Federal entity purchases property or services needed to carry out the project or program under a Federal award. The term as used in this part does not include a legal instrument, even if the non—Federal entity considers it a contract,when the substance of the transaction meets the definition of a Federal award or subaward Contractor means an entity that receives a contract as defined in Contract. Cooperative agreement means a legal instrument of financial assistance between a Federal awarding agency or pass-through entity and a non—Federal entity that, consistent with 31 U.S.C.6302-6305: (a) Is used to enter into a relationship the principal purpose of which is to transfer anything of value from the Federal awarding agency or pass-through entity to the non—Federal entity to carry out a public purpose authorized by a law of the United States (see 31 U.S.C. 6101(3)); and not to acquire property or services for the Federal government or pass-through entity's direct benefit or use; (b) Is distinguished from a grant in that it provides for substantial involvement between the Federal awarding agency or pass-through entity and the non—Federal entity in carrying out the activity contemplated by the Federal award. (c)The term does not include: (1)A cooperative research and development agreement as defined in 15 U.S.C. 3710a;or (2)An agreement that provides only: (i) Direct United States Government cash assistance to an individual; (ii)A subsidy; (iii)A loan; (iv)A loan guarantee;or (v) Insurance. Federal awarding agency means the Federal agency that provides a Federal award directly to a non—Federal entity Federal award has the meaning, depending on the context, in either paragraph(a)or(b)of this section: (a)(1)The Federal financial assistance that a non—Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity, as described in§200.101 Applicability; or (2) The cost-reimbursement contract under the Federal Acquisition Regulations that a non—Federal entity receives directly from a Federal awarding agency or indirectly from a pass-through entity, as described in§ 200.101 Applicability. (b) The instrument setting forth the terms and conditions. The instrument is the grant agreement, cooperative agreement, other agreement for assistance covered in paragraph (b)of§200.40 Federal financial assistance, or the cost-reimbursement contract awarded under the Federal Acquisition Regulations. (c) Federal award does not include other contracts that a Federal agency uses to buy goods or services from a contractor or a contract to operate Federal government owned, contractor operated facilities(GOCOs). (d)See also definitions of Federal financial assistance, grant agreement, and cooperative agreement. Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4C137-97FC-E572773DCC78 Non–Federal entity means a state,local government, Indian tribe,institution of higher education(IHE),or nonprofit organization that carries out a Federal award as a recipient or subrecipient. Nonprofit organization means any corporation, trust, association, cooperative,or other organization, not including IHEs,that: (a) Is operated primarily for scientific,educational, service, charitable,or similar purposes in the public interest; (b) Is not organized primarily for profit;and (c) Uses net proceeds to maintain, improve, or expand the operations of the organization. Obligations means, when used in connection with a non–Federal entity's utilization of funds under a Federal award, orders placed for property and services, contracts and subawards made, and similar transactions during a given period that require payment by the non–Federal entity during the same or a future period. Pass-through entity means a non–Federal entity that provides a subaward to a subrecipient to carry out part of a Federal program. Recipient means a non–Federal entity that receives a Federal award directly from a Federal awarding agency to carry out an activity under a Federal program.The term recipient does not include subrecipients. Simplified acquisition threshold means the dollar amount below which a non–Federal entity may purchase property or services using small purchase methods. Non–Federal entities adopt small purchase procedures in order to expedite the purchase of items costing less than the simplified acquisition threshold.The simplified acquisition threshold is set by the Federal Acquisition Regulation at 48 CFR Subpart 2.1 (Definitions)and in accordance with 41 U.S.C. 1908.As of the publication of this part,the simplified acquisition threshold is$250,000, but this threshold is periodically adjusted for inflation. (Also see definition of§200.67 Micro-purchase.) Subaward means an award provided by a pass-through entity to a subrecipient for the subrecipient to carry out part of a Federal award received by the pass-through entity. It does not include payments to a contractor or payments to an individual that is a beneficiary of a Federal program. A subaward may be provided through any form of legal agreement, including an agreement that the pass-through entity considers a contract. Subrecipient means a non–Federal entity that receives a subaward from a pass-through entity to carry out part of a Federal program;but does not include an individual that is a beneficiary of such program.A subrecipient may also be a recipient of other Federal awards directly from a Federal awarding agency. Termination means the ending of a Federal award, in whole or in part at any time prior to the planned end of period of performance. The following provisions may be required and apply when Participating Agency expends federal funds for any purchase resulting from this procurement process. Per FAR 52.204-24 and FAR 52.204-25, solicitations and resultant contracts shall contain the following provisions. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment(Oct 2020) The Offeror shall not complete the representation at paragraph(d)(1)of this provision if the Offeror has represented that it"does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services—Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2)of this provision if the Offeror has represented that it"does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at 52.204-26,or in paragraph(v)(2)(ii)of the provision at 52.212-3. (a)Definitions.As used in this provision— Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b)Prohibition. (1)Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain,any equipment, system,or service that uses covered telecommunications equipment or services as a substantial or essential component of any system,or as critical technology as part of any system. Nothing in the prohibition shall be construed to— (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party,such as backhaul, roaming,or interconnection arrangements;or (ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2)Section 889(a)(1)(B)of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115- 232)prohibits the head of an executive agency on or after August 13,2020,from entering into a contract or extending or renewing a contract with an entity that uses any equipment,system,or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system.This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to— (i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party,such as backhaul, roaming,or interconnection arrangements;or (ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c)Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https:/lwww.sam.aov)for entities excluded from receiving federal awards for"covered telecommunications equipment or services". (d)Representation.The Offeror represents that— (1) It❑will, ❑will not provide covered telecommunications equipment or services to the Government in the performance of any contract,subcontract or other contractual instrument resulting from this solicitation.The Offeror shall provide the additional disclosure information required at paragraph(e)(1)of this section if the Offeror responds"will" in paragraph (d)(1)of this section; and (2)After conducting a reasonable inquiry,for purposes of this representation,the Offeror represents that— It❑does, ❑does not use covered telecommunications equipment or services,or use any equipment,system,or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph(e)(2)of this section if the Offeror responds"does"in paragraph(d)(2)of this section. (e)Disclosures. (1) Disclosure for the representation in paragraph(d)(1)of this provision.If the Offeror has responded"will"in the representation in paragraph(d)(1)of this provision,the Offeror shall provide the following information as part of the offer. (i)For covered equipment— (A)The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code,and whether the entity was the original equipment manufacturer(OEM)or a distributor, if known); (B)A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number,manufacturer part number,or wholesaler number; and item description,as applicable);and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph(b)(1)of this provision. (ii) For covered services— (A)If the service is related to item maintenance:A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description,as applicable);or (B)If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph(b)(1)of this provision. Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 (2)Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded "does" in the representation in paragraph(d)(2)of this provision, the Offeror shall provide the following information as part of the offer: (i)For covered equipment— (A)The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier,CAGE code,and whether the entity was the OEM or a distributor, if known); (B)A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number;and item description,as applicable);and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph(b)(2)of this provision. (ii)For covered services— (A)If the service is related to item maintenance:A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number;and item description, as applicable);or (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph(b)(2)of this provision. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020). (a)Definitions.As used in this clause— Backhaul means intermediate links between the core network,or backbone network,and the small subnetworks at the edge of the network(e.g.,connecting cell phones/towers to the core telephone network). Backhaul can be wireless(e.g., microwave)or wired (e.g.,fiber optic,coaxial cable, Ethernet). Covered foreign country means The People's Republic of China. Covered telecommunications equipment or services means– (1)Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation(or any subsidiary or affiliate of such entities); (2)For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); (3)Telecommunications or video surveillance services provided by such entities or using such equipment;or (4)Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by,or otherwise connected to,the government of a covered foreign country. Critical technology means– (1)Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations; (2) Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations,and controlled- (i)Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology;or (ii) For reasons relating to regional stability or surreptitious listening; (3)Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10,Code of Federal Regulations(relating to assistance to foreign atomic energy activities); (4)Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material); (5)Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code;or (6)Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018(50 U.S.C.4817). Version February12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 Interconnection arrangements means arrangements governing the physical connection of two or more networks to allow the use of another's network to hand off traffic where it is ultimately delivered(e.g.,connection of a customer of telephone provider A to a customer of telephone company B)or sharing data and other information resources. Reasonable inquiry means an inquiry designed to uncover any information in the entity's possession about the identity of the producer or provider of covered telecommunications equipment or services used by the entity that excludes the need to include an internal or third-party audit. Roaming means cellular communications services(e.g.,voice,video,data)received from a visited network when unable to connect to the facilities of the home network either because signal coverage is too weak or because traffic is too high. Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment,system,or service. (b)Prohibition. (1)Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain,any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system.The Contractor is prohibited from providing to the Government any equipment,system,or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph (c)of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR 4.2104. (2)Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115- 232)prohibits the head of an executive agency on or after August 13,2020,from entering into a contract,or extending or renewing a contract,with an entity that uses any equipment,system,or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, unless an exception at paragraph(c)of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR 4.2104.This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. (c)Exceptions. This clause does not prohibit contractors from providing— (1)A service that connects to the facilities of a third-party,such as backhaul,roaming,or interconnection arrangements; or (2)Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (d)Reporting requirement. (1)In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system,or as critical technology as part of any system,during contract performance,or the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the information in paragraph(d)(2)of this clause to the Contracting Officer, unless elsewhere in this contract are established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall report to the website at https://dibnet.dod.mil. For indefinite delivery contracts,the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s)for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil. (2)The Contractor shall report the following information pursuant to paragraph(d)(1)of this clause (i)Within one business day from the date of such identification or notification: the contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier(if known); supplier Commercial and Government Entity (CAGE)code(if known);brand;model number(original equipment manufacturer number,manufacturer part number,or wholesaler number); item description;and any readily available information about mitigation actions undertaken or recommended. (ii)Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: any further available information about mitigation actions undertaken or recommended. In addition,the Contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e) and excluding paragraph (b)(2), in all subcontracts and other contractual instruments, including subcontracts for the acquisition of commercial items. The following certifications and provisions may be required and apply when Participating Agency expends federal funds for any purchase resulting from this procurement process. Pursuant to 2 C.F.R. § 200.327, all contracts, including small purchases, awarded by the Participating Agency and the Participating Agency's subcontractors shall contain the procurement provisions of Appendix II to Part 200,as applicable. APPENDIX II TO 2 CFR PART 200 (A)Contracts for more than the simplified acquisition threshold currently set at$250,000,which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms,and provide for such sanctions and penalties as appropriate. Pursuant to Federal Rule (A)above, when a Participating Agency expends federal funds, the Participating Agency reserves all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by either party. Does offeror agree?YES 7; Initials of Authorized Representative of offeror (B) All contracts in excess of $10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement. Pursuant to Federal Rule (B)above,when a Participating Agency expends federal funds, the Participating Agency reserves the right to immediately terminate any agreement in excess of$10,000 resulting from this procurement process in the event of a breach or default of the agreement Offeror as detailed in the terms of the contract. Does offeror agree? YES Initials of Authorized Representative of offeror (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of"federally assisted construction contract"in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 CFR 12319, 12935, 3 CFR Part, 1964.1965 Comp.,p.339),as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs,Equal Employment Opportunity,Department of Labor." Pursuant to Federal Rule(C) above,when a Participating Agency expends federal funds on any federally assisted construction contract,the equal opportunity clause is incorporated by reference herein. Does offeror agree to abide by the above? YES 71/if— Initials of Authorized Representative of offeror (D) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of$2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act(40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction").In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation.The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non - Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland "Anti-Kickback"Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing,by any means,any person employed in the construction,completion,or repair of public work,to give up any part of the compensation to which he or she is otherwise entitled.The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Pursuant to Federal Rule (D) above, when a Participating Agency expends federal funds during the term of an award for all contracts and subgrants for construction or repair,offeror will be in compliance with all applicable Davis-Bacon Act provisions. > -_ Does offeror agree?YES /1�� Initials of Authorized Representative of offeror (E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701.3708). Where applicable, all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations(29 CFR Part 5).Under 40 U.S.C.3702 of the Act,each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours.Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Pursuant to Federal Rule (E) above, when a Participating Agency expends federal funds, offeror certifies that offeror will be in compliance with all applicable provisions of the Contract Work Hours and Safety Standards Act during the term of an award for all contracts by Participating Agency resulting from this procurement process. Does offeror agree? YES Initials of Authorized Representative of offeror (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of"funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants,Contracts and Cooperative Agreements,"and any implementing regulations issued by the awarding agency. Pursuant to Federal Rule (F)above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule(F)above. Does offeror agree? YES '/1 Initials of Authorized Representative of offeror (G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended—Contracts and subgrants of amounts in excess of$150,000 must contain a provision that requires the non- Federal award to agree to comply with all applicable standards,orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q)and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387).Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA) In the event Federal Transit Administration (FTA)or Department of Transportation (DOT)funding is used by Participating Public Agency,Offeror also agrees to include Clean Air and Clean Water requirements in each subcontract exceeding$100,000 financed in whole or in part with Federal assistance provided by FTA. Pursuant to Federal Rule (G) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency member resulting from this procurement process, the offeror agrees to comply with all applicable requirements as referenced in Federal Rule(G)above. Does offeror agree? YES-71//f- Initials of Authorized Representative of offeror Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 (H)Debarment and Suspension(Executive Orders 12549 and 12689)—A contract award(see 2 CFR 180.220)must not be made to parties listed on the government wide exclusions in the System for Award Management(SAM), in accordance with the Executive Office of the President Office of Management and Budget (OMB) guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies,as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Pursuant to Federal Rule (H) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that neither it nor its principals is presently debarred,suspended, proposed for debarment,declared ineligible,or voluntarily excluded from participation by any federal department or agency. If at any time during the term of an award the offeror or its principals becomes debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency, the offeror will notify the Participating Agency. Does offeror agree? YES Initials of Authorized Representative of offeror (I) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency,a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. Pursuant to Federal Rule (I) above, when federal funds are expended by Participating Agency, the offeror certifies that during the term and after the awarded term of an award for all contracts by Participating Agency resulting from this procurement process, the offeror certifies that it is in compliance with all applicable provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). The undersigned further certifies that: (1) No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal,amendment,or modification of any Federal contract,grant, loan,or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL,"Disclosure of Lobbying Activities,"in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S.Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. (3)The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Does offeror agree? YES 1' Initials of Authorized Representative of offeror Version February 12,2025 Docusign Envelope ID: 149A8C8B-6DF2-4CB7-97FC-E572773DCC78 RECORD RETENTION REQUIREMENTS FOR CONTRACTS INVOLVING FEDERAL FUNDS When federal funds are expended by Participating Agency for any contract resulting from this procurement process, offeror certifies that it will comply with the record retention requirements detailed in 2 CFR § 200.333. The offeror further certifies that offeror will retain all records as required by 2 CFR § 200.333 for a period of three years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports,as applicable,and all other pending matters are closed. Does offeror agree? YES // ," Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH THE ENERGY POLICY AND CONSERVATION ACT When Participating Agency expends federal funds for any contract resulting from this procurement process,offeror certifies that it will comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(42 U.S.C.6321 et seq.;49 C.F.R.Part 18). Does offeror agree? YES Initials of Authorized Representative of offeror CERTIFICATION OF COMPLIANCE WITH BUY AMERICA PROVISIONS To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds,offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition.Additionally: (1) The Contractor agrees to comply with 49 USC 5323(j)and 49 CFR Part 661,which provide that federal funds may not be obligated unless steel, iron and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 CFR 661.7.A general public interest waiver from the Buy America requirements applies to microprocessors, computers, microcomputers, software or other such devices, which are used solely for the purpose of processing or storing data. This general waiver does not extend to a product or device that merely contains a microprocessor or microcomputer and is not used solely for the purpose of processing or storing data. Separate requirements for rolling stock are set out at 5323(j)(2)(C)and 49 CFR 661.11. (2) A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification with all bids on FTA- funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. The following certificates titled FTA and DOT Buy America Certification should be completed and returned with the response as part of FTA and DOT requirements. FEDERAL TRASIT ADMINISTRATION(FTA)AND DEPARTMENT OF TRANSPORTATION(DOT)- BUY AMERICA: CERTIFICATION REQUIREMENT FOR PROCUREMENTOF ROLLING STOCK CERTIFICATE OF COMPLIANCE (select one of the two options, NOT BOTH) Certificate of Compliance with 49 USC§5323(j) The proposer hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j), and the applicable regulations of 49 CFR 661.11. Check for YES: OR Certificate of Non-Compliance with 49 USC§5323(j) Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4C137-97FC-E572773DCC78 The proposer hereby certifies that it cannot comply with the requirements of 49 U.S.C.5323(j), but may qualify for an exception to the requirement consistent with 49 U.S.C. 5323(j)(2)(C),and the applicable regulations in 49 CFR 661.7. Check for YES:V FEDERAL TRASIT ADMINISTRATION(FTA)AND DEPARTMENT OF TRANSPORTATION(DOT)- BUY AMERICA: CERTIFICATION REQUIREMENT FOR PROCUREMENT OF STEEL OR MANUFACTURED PRODUCTS CERTIFICATE OF COMPLIANCE(select one of the two options, NOT BOTH) Certificate of Compliance with 49 USC§5323(j)(1) The proposer hereby certifies that it will comply with the requirements of 49 U.S.C.5323(j)(1),and the applicable regulations in 49 CFR part 661. Check for YES: OR Certificate of Non-Compliance with 49 USC§5323(j)(1) The proposer hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j), but it may qualify for an exception to the requirement pursuant to 49 U.S.C. 5323(j)(2),as amended,and the applicable regulations in 49 CFR 661.7. Check for YES: V Does offeror agree? YES " ' Initials of Authorized Representative of offeror Offeror's Name: Galls,LLC Address, City, State,and Zip Code: 1340 Russell Cave Road Phone Number: 844-464-2557 Fax Number: Printed Name and Title of Authorized Representative: Mike Fadden,CEO Email Address: bidreview@galls.com n Signature of Authorized Representative: g :74134.44e... Date: 06/11/2025 i CERTIFICATION OF COMPLIANCE WITH BUY AMERICAN PROVISIONS Unless Supplier is exempt(See FAR 25.103),when authorized by statute or explicitly indicated by Participating Public Agency, Buy American requirements will apply where only unmanufactured construction material mined or produced in the United States shall be used (see Subpart 25.6—American Recovery and Reinvestment Act-Buy American statute for additional details). CERTIFICATION OF ACCESS TO RECORDS—2 C.F.R.§200.336 Offeror agrees that the Inspector General of the Agency or any of their duly authorized representatives shall have access to any documents, papers, or other records of offeror that are pertinent to offeror's discharge of its obligations under the Contract for the purpose of making audits, examinations,excerpts,and transcriptions. The right also includes timely and reasonable access to offeror's personnel for the purpose of interview and discussion relating to such documents. Does offeror agree? YES 71"- Initials of Authorized Representative of offeror CERTIFICATION OF APPLICABILITY TO SUBCONTRACTORS Offeror agrees that all contracts it awards pursuant to the Contract shall be bound by the foregoing terms and conditions. Does offeror agree? YES Initials of Authorized Representative of offeror Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 COMMUNITY DEVELOPMENT BLOCK GRANTS Purchases made under this contract may be partially or fully funded with federal grant funds. Funding for this work may include Federal Funding sources, including Community Development Block Grant (CDBG) funds from the U.S. Department of Housing and Urban Development. When such funding is provided, Offeror shall comply with all terms, conditions and requirements enumerated by the grant funding source, as well as requirements of the State statutes for which the contract is utilized,whichever is the more restrictive requirement.When using Federal Funding,Offeror shall comply with all wage and latest reporting provisions of the Federal Davis-Bacon Act. HUD-4010 Labor Provisions also applies to this contract. Does offeror agree? YES Initials of Authorized Representative of offeror Offeror agrees to comply with all federal,state,and local laws, rules,regulations and ordinances,as applicable.It is further acknowledged that offeror certifies compliance with all provisions,laws,acts,regulations,etc.as specifically noted above. Offeror's Name: Galls,LLC Address,City, State,and Zip Code: 1340 Russell Cave Road Lexington,KY 40505 Phone Number: 844464-2557 Fax Number: 859-268-5971 Printed Name and Title of Authorized Representative: Mike Fadden,CEO Email Address: bidreview@galls.corn Signature of Authorized Representative: /0244 Date: 06/11/2025 f Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 FEMA AND ADDITIONAL FEDERAL FUNDING SPECIAL CONDITIONS Awarded Supplier(s) (also referred to as Contractors) may need to respond to events and losses where products and services are needed for the immediate and initial response to emergency situations such as, but not limited to, water damage, fire damage, vandalism cleanup, biohazard cleanup, sewage decontamination, deodorization, and/or wind damage during a disaster or emergency situation. By submitting a proposal, the Supplier is accepted these FEMA and Additional Federal Funding Special Conditions required by the Federal Emergency Management Agency (FEMA) and other federal entities. "Contract" in the below pages under FEMA AND ADDITIONAL FEDERAL FUNDING SPECIAL CONDITIONS is also referred to and defined as the "Master Agreement". "Contractor" in the below pages under FEMA AND ADDITIONAL FEDERAL FUNDING SPECIAL CONDITIONS is also referred to and defined as "Supplier" or"Awarded Supplier". Conflicts of Interest No employee, officer, or agent may participate in the selection, award, or administration of a contract supported by a FEMA award if he or she has a real or apparent conflict of interest. Such a conflict would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties, has a financial or other interest in or a tangible personal benefit from a firm considered for award. 2 C.F.R. § 200.318(c)(1); See also Standard Form 424D, ¶ 7; Standard Form 424B, ¶ 3. i. FEMA considers a "financial interest" to be the potential for gain or loss to the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of these parties as a result of the particular procurement. The prohibited financial interest may arise from ownership of certain financial instruments or investments such as stock, bonds, or real estate, or from a salary, indebtedness, job offer, or similar interest that might be affected by the particular procurement. ii. FEMA considers an "apparent" conflict of interest to exist where an actual conflict does not exist, but where a reasonable person with knowledge of the relevant facts would question the impartiality of the employee, officer, or agent participating in the procurement. c. Gifts. The officers, employees, and agents of the Participating Public Agency nor the Participating Public Agency ("NFE") must neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. However, NFE's may set standards for situations in which the financial interest is de minimus, not substantial, or the gift is an unsolicited item of nominal value. 2 C.F.R. § 200.318(c)(1). d. Violations. The NFE's written standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the NFE. 2 C.F.R. § 200.318(c)(1). For example, the penalty for a NFE's employee may be dismissal, and the penalty for a contractor might be the termination of the contract. Contractor Integrity A contractor must have a satisfactory record of integrity and business ethics. Contractors that are debarred or suspended, as described in and subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension(1989)at 2 C.F.R. Part 180 and the Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Non-procurement Debarment and Suspension), must be rejected and cannot receive contract awards at any level. Notice of Legal Matters Affecting the Federal Government In the event FTA or DOT funding is used by Participating Public Agency, Contractor agrees to: 1) The Contractor agrees that if a current or prospective legal matter that may affect the Federal Government emerges, the Contractor shall promptly notify the Participating Public Agency of the legal matter in accordance with 2 C.F.R. §§ 180.220 and 1200.220. Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 2) The types of legal matters that require notification include, but are not limited to, a major dispute, breach, default, litigation, or naming the Federal Government as a party to litigation or a legal disagreement in any forum for any reason. 3) The Contractor further agrees to include the above clause in each subcontract, at every tier, financed in whole or in part with Federal assistance provided by the FTA. Public Policy A contractor must comply with the public policies of the Federal Government and state, local government, or tribal government. This includes, among other things, past and current compliance with the: a. Equal opportunity and nondiscrimination laws b. Five affirmative steps described at 2 C.F.R. §200.321(b)for all subcontracting under contracts supported by FEMA financial assistance; and FEMA Procurement Guidance June 21, 2016 Page IV- 7 c. Applicable prevailing wage laws, regulations, and executive orders Affirmative Socioeconomic Steps For any subcontracting opportunities, Contractor must take the following Affirmative steps: 1. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; 2. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; 3. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; 4. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and 5. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. Prevailing Wage Requirements When applicable, the awarded Contractor(s)and any and all subcontractor(s)agree to comply with all laws regarding prevailing wage rates including the Davis-Bacon Act, applicable to this solicitation and/or Participating Public Agencies. The Participating Public Agency shall notify the Contractor of the applicable pricing/prevailing wage rates and must apply any local wage rates requested. The Contractor and any subcontractor(s) shall comply with the prevailing wage rates set by the Participating Public Agency. Federal Requirements If products and services are issued in response to an emergency or disaster recovery the items below, located in this FEMA Special Conditions section of the Federal Funds Certifications, are activated and required when federal funding may be utilized. 2 C.F.R. 6 200.326 and 2 C.F.R. Part 200. Appendix II. Required Contract Clauses 1. CONTRACT REMEDIES Contracts for more than the federal simplified acquisition threshold(SAT),the dollar amount below which an NFE may purchase property or services using small purchase methods, currently set at $250,000 for procurements made on or after June 20, 2018,4 must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms and must provide for sanctions and penalties as appropriate. Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 1.1 Applicability This contract provision is required for contracts over the SAT, currently set at $250,000 for procurements made on or after June 20, 2018. Although not required for contracts at or below the SAT, FEMA suggests including a remedies provision. 1.2 Additional Considerations For FEMA's Assistance to Firefighters Grant (AFG) Program, recipients must include a penalty clause in all contracts for any AFG-funded vehicle, regardless of dollar amount. In that situation, the contract must include a clause addressing that non-delivery by the contract's specified date or other vendor nonperformance will require a penalty of no less than $100 per day until such time that the vehicle, compliant with the terms of the contract, has been accepted by the recipient. This penalty clause should, however, account for force majeure or acts of God. AFG recipients should refer to the applicable year's Notice of Funding Opportunity (NOFO) for additional information, which can be accessed at FEMA.gov. 2. TERMINATION FOR CAUSE AND CONVENIENCE a Standard. All contracts in excess of$10,000 must address termination for cause and for convenience by the non-Federal entity, including the manner by which it will be effected and the basis for settlement. See 2 C.F.R. Part 200, Appendix II(B). b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. 3. EQUAL EMPLOYMENT OPPORTUNITY When applicable: a Standard. Except as otherwise provided under 41 C.F.R. Part 60, all contracts that meet the definition of"federally assisted construction contract" in 41 C.F.R. §60-1.3 must include the equal opportunity clause provided under 41 C.F.R. §60- 1.4(b), in accordance with Executive Order 11246,Equal Employment Opportunity(30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375,Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41 C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix II(C). b. Key Definitions. i. Federally Assisted Construction Contract. The regulation at 41 C.F.R. § 60- 1.3 defines a "federally assisted construction contract" as any agreement or modification thereof between any applicant and a person for construction work which is paid for in whole or in part with funds obtained from the Government or borrowed on the credit of the Government pursuant to any Federal program involving a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, or any application or modification thereof approved by the Government for a grant, contract, Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 loan, insurance, or guarantee under which the applicant itself participates in the construction work. ii. Construction Work. The regulation at 41 C.F.R. § 60-1.3 defines "construction work" as the construction, rehabilitation, alteration, conversion, extension, demolition or repair of buildings, highways,or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision, inspection, and other onsite functions incidental to the actual construction. c. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. d Required Language. The regulation at 41 C.F.R. Part 60-1.4(b) requires the insertion of the following contract clause. During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about,discussed,or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September Version February 12,2025 Docusign Envelope ID. 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders,this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 suspend in whole or in part this grant(contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings. 4. DAVIS-BACON ACT a Standard. All prime construction contracts in excess of $2,000 awarded by non- Federal entities must include a provision for compliance with the Davis-Bacon Act(40 U.S.C.§§3141- 3144 and 3146-3148)as supplemented by Department of Labor regulations at 29 C.F.R. Part 5 (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction). See 2 C.F.R. Part 200,Appendix II(D). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. b. Applicability. The Davis-Bacon Act applies to the Emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program, intercity Passenger Rail Program, and Rehabilitation of High Hazard Potential Dams Program. c. Requirements. If applicable, the non-federal entity must do thefollowing: i. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation.The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. ii. Additionally, pursuant 2 C.F.R. Part 200, Appendix II(D), contracts subject to the Davis-Bacon Act, must also include a provision for compliance with the Copeland "Anti-Kickback"Act(40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). The Copeland Anti- Kickback Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non- Federal entity must report all suspected or reported violations to FEMA. iii. Include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141- 3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). Suggested Language. The following provides a sample contract clause: Compliance with the Davis-Bacon Act. a. All transactions regarding this contract shall be done in Version February 12,2025 Docusign Envelope ID: 149A8CB8-6DF2-4CB7-97FC-E572773DCC78 compliance with the Davis-Bacon Act(40 U.S.C. 3141-3144, and 3146-3148) and the requirements of 29 C.F.R. pt. 5 as may be applicable. The contractor shall comply with 40 U.S.C. 3141- 3144, and 3146-3148 and the requirements of 29 C.F.R. pt. 5 as applicable. b. Contractors are required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. c. Additionally, contractors are required to pay wages not less than once a week. 5. COPELAND ANTI-KICKBACK ACT a Standard. Recipient and subrecipient contracts must include a provision for compliance with the Copeland"Anti-Kickback"Act(40 U.S.C. 3145),as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). b. Applicability. This requirement applies to all contracts for construction or repair work above $2,000 in situations where the Davis-Bacon Act also applies. It DOES NOT apply to the FEMA Public Assistance Program. c. Requirements. If applicable, the non-federal entity must include a provision for compliance with the Copeland "Anti-Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). Each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to FEMA. Additionally, in accordance with the regulation, each contractor and subcontractor must furnish each week a statement with respect to the wages paid each of its employees engaged in work covered by the Copeland Anti-Kickback Act and the Davis Bacon Act during the preceding weekly payroll period. The report shall be delivered by the contractor or subcontractor, within seven days after the regular payment date of the payroll period, to a representative of a Federal or State agency in charge at the site of the building or work. Sample Language. The following provides a sample contract clause: Compliance with the Copeland "Anti-Kickback"Act. a. Contractor.The contractor shall comply with 18 U.S.C. §874,40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. b. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 clauses. c Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. §5.12." 6. CONTRACT WORK HOURS AND SAFETY STANDARDSACT a Standard. Where applicable (see 40 U.S.C. §§ 3701-3708), all contracts awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations at29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II(E). Under 40 U.S.C. § 3702, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Further, no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous. b. Applicability. This requirement applies to all FEMA contracts awarded by the non- federal entity in excess of$100,000 under grant and cooperative agreement programs that involve the employment of mechanics or laborers. It is applicable to construction work. These requirements do not apply to the purchase of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. c Suaaested Lanauaae. The regulation at 29 C.F.R. § 5.5(b) provides contract clause language concerning compliance with the Contract Work Hours and Safety Standards Act. FEMA suggests including the following contract clause: Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in suchworkweek. (2) Violation;liability for unpaid wages;liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1)of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 (3) Withholding for unpaid wages and liquidated damages. The Federal agency or loan/grant recipient shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2)of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph(b)(1)through(4)of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4)of this section. 7. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT ORAGREEMENT a Standard. If the FEMA award meets the definition of"funding agreement"under 37C.F.R. §401.2(a)and the non-Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement,"the non- Federal entity must comply with the requirements of 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements), and any implementing regulations issued by FEMA. See 2 C.F.R. Part 200, Appendix II(F). b. Applicability. This requirement applies to "funding agreements," but it DOES NOT apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households — Other Needs Assistance Grant Program, as FEMA awards under these programs do not meet the definition of"funding agreement." c. Funding Agreements Definition. The regulation at 37 C.F.R. § 401.2(a) defines "funding agreement" as any contract, grant, or cooperative agreement entered into between any Federal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental, or research work funded in whole or in part by the Federal government. This term also includes any assignment, substitution of parties, or subcontract of any type entered into for the performance of experimental, developmental, or research work under a funding agreement as defined in the first sentence of this paragraph. 8. CLEAN AIR ACT AND THE FEDERAL WATER POLLUTION CONTROL ACT a Standard. If applicable, contracts must contain a provision that requires the contractor to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act(42 U.S.C.§§7401-7671 q.)and the Federal Water Pollution Control Act as amended (33 U.S.C. §§ 1251-1387). Violations must be reported to FEMA and the Regional Office of the Environmental Protection Agency. See 2 C.F.R. Part 200, Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 Appendix II(G). Applicability. This requirement applies to contracts awarded by a non-federal entity of amounts in excess of$150,000 under a federal grant. c Suggested Language. The following provides a sample contract clause. Clean Air Act 1. The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The contractor agrees to report each violation to the Participating Public Agency and understands and agrees that the Participating Public Agency will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act 1. The contractor agrees to comply with all applicablestandards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. 2. The contractor agrees to report each violation to the Participating Public Agency and understands and agrees that the Participating Public Agency will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. 9. DEBARMENT AND SUSPENSION a Standard. Non-Federal entities and contractors are subject to the debarment and suspension regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989)at 2 C.F.R. Part 180 and the Department of Homeland Security's regulations at 2 C.F.R. Part 3000 (Non-procurement Debarment and Suspension). b. Applicability.This requirement applies to all FEMA grant and cooperative agreement programs. Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 C. Requirements. These regulations restrict awards, subawards, and contracts with certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs and activities. See 2 C.F.R. Part 200, Appendix II(H); and 2 C.F.R. § 200.213. A contract award must not be made-to parties listed in the SAM Exclusions. SAM Exclusions is the list maintained by the General Services Administration that contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. SAM exclusions can be accessed at www.sam.aov. See 2 C.F.R. §180.530. ii. In general, an "excluded"party cannot receive a Federal grant award or a contract within the meaning of a "covered transaction," to include subawards and subcontracts. This includes parties that receive Federal funding indirectly, such as contractors to recipients and subrecipients. The key to the exclusion is whether there is a "covered transaction," which is any non-procurement transaction (unless excepted) at either a "primary" or "secondary" tier. Although "covered transactions" do not include contracts awarded by the Federal Government for purposes of the non-procurement common rule and DHS's implementing regulations, it does include some contracts awarded by recipients and subrecipients. Specifically, a covered transaction includes the following contracts for goods or services: 1. The contract is awarded by a recipient or subrecipient in the amount of at least$25,000. 2. The contract requires the approval of FEMA, regardless of amount. 3. The contract is for federally-required auditservices. 4. A subcontract is also a covered transaction if it is awarded by the contractor of a recipient or subrecipient and requires either the approval of FEMA or is in excess of$25,000. d Suoaested Lanauaae. The following provides a debarment and suspension clause. It incorporates an optional method of verifying that contractors are not excluded or disqualified. Suspension and Debarment (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the contractor is required to verify that none of the contractor's principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905)are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. §180.935). (2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 (3) This certification is a material representation of fact relied upon by the Participating Public Agency. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the Participating Public Agency, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 10. BYRD ANTI-LOBBYING AMENDMENT a Standard. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. § 1352. FEMA's regulation at 44 C.F.R. Part 18 implements the requirements of 31 U.S.C. § 1352 and provides, in Appendix A to Part 18, a copy of the certification that is required to be completed by each entity as described in 31 U.S.C. § 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the Federal awarding agency. b. Applicability. This requirement applies to all FEMA grant and cooperative agreement programs. Contractors that apply or bid for a contract of$100,000 or more under a federal grant must file the required certification. See 2 C.F.R. Part 200, Appendix 11(1); 31 U.S.C. § 1352; and 44 C.F.R. Part 18. c Suggested Language. Byrd Anti-Lobbvina Amendment, 31 U.S.C. 1352 (as amended) Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency. d. Required Certification. If applicable, contractors must sign and submit to the non-federal entity the following certification. APPENDIX A. 44 C.F.R. PART 18— CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor,Galls, LLC , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. 0214 Quad,- nature of imtractor's Authorized Official Mike Fadden, CEO Name and Title of Contractor's Authorized Official 06/11/2025 Date Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 11. PROCUREMENT OF RECOVERED MATERIALS a Standard. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. See 2 C.F.R. Part 200, Appendix II(J); and 2 C.F.R. §200.322. b. Applicability.This requirement applies to all contracts awarded by a non-federal entity under FEMA grant and cooperative agreement programs. c. Requirements. The requirements of Section 6002 include procuring only items designated in guidelines of the EPA at 40 C.F.R. Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. d. Suaaested Lana uaae. In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired- 1. Competitively within a timeframe providing for compliance with the contract performance schedule; 2. Meeting contract performance requirements;or 3. At a reasonable price. ii. Information about this requirement, along with the list of EPA- designated items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.aov/smm/comprehensive-procurement-guideline-cDq-Droararar. iii. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." 12. DOMESTIC PREFERENCES FOR PROCUREMENTS As appropriate, and to the extent consistent with law, CONTRACTOR should, to the greatest extent practicable under a federal award, provide a preference for the purchase, acquisition, or use of goods, products or materials produced in the United States. This includes, but is not limited to, iron, aluminum, steel, cement, and other manufactured products. Applicability For purchases in support of FEMA declarations and awards issued on or after November 12, 2020, all FEMA recipients and subrecipients are required to include in all contracts and purchase orders for work or products a contract provision encouraging domestic preference for procurements. Domestic Preference for Procurements As appropriate, and to the extent consistent with law, the contractor should,to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to iron, aluminum, steel, cement,and other manufactured products. For purposes of this clause: Produced in the United States means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Manufactured products mean items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber." 13. ACCESS TO RECORDS Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 a. Standard. All recipients, subrecipients, successors, transferees, and assignees must acknowledge and agree to comply with applicable provisions governing DHS access to records, accounts, documents, information, facilities, and staff. Recipients must give DHS/FEMA access to, and the right to examine and copy, records, accounts, and other documents and sources of information related to the federal financial assistance award and permit access to facilities, personnel, and other individuals and information as may be necessary, as required by DHS regulations and other applicable laws or program guidance. See DHS Standard Terms and Conditions:Version 8.1 (2018). Additionally, Section 1225 of the Disaster Recovery Reform Act of 2018 prohibits FEMA from providing reimbursement to any state, local, tribal, or territorial government, or private non-profit for activities made pursuant to a contract that purports to prohibit audits or internal reviews by the FEMA administrator or ComptrollerGeneral. Access to Records. The following access to records requirements apply to this contract: i.The Contractor agrees to provide Participating Public Agency, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. ii.The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. iii. The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. iv.ln compliance with the Disaster Recovery Act of 2018, the Participating Public Agency and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. 14. CHANGES a. Standard. To be eligible for FEMA assistance under the non-Federal entity's FEMA grant or cooperative agreement, the cost of the change, modification, change order, or constructive change must be allowable, allocable, within the scope of its grant or cooperative agreement, and reasonable for the completion of project scope. b. Applicability. FEMA recommends, therefore, that a non-Federal entity include a changes clause in its contract that describes how, if at all, changes can be made by either party to alter the method, price, or schedule of the work without breaching the contract. The language of the clause may differ depending on the nature of the contract and the end-item procured. 15. DHS SEAL, LOGO, AND FLAGS a. Standard. Recipients must obtain permission prior to using the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials. See DHS Standard Terms and Conditions: Version 8.1(2018). b. Applicability. FEMA recommends that all non-Federal entities place in their contracts a provision that a contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. c. "The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. The contractor shall include this provision in any subcontracts". Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 16. COMPLIANCE WITH FEDERAL LAW,REGULATIONS,AND EXECUTIVE ORDERS a. Standard. The recipient and its contractors are required to comply with all Federal laws, regulations, and executive orders. b. Applicability. FEMA recommends that all non-Federal entities place into their contracts an acknowledgement that FEMA financial assistance will be used to fund the contract along with the requirement that the contractor will comply with all applicable Federal law, regulations, executive orders, and FEMA policies, procedures,and directives. c. "This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion of the contract. The contractor will comply with all applicable Federal law, regulations, executive orders, FEMA policies, procedures, and directives." 17. NO OBLIGATION BY FEDERAL GOVERNMENT a. Standard. FEMA is not a party to any transaction between the recipient and its contractor. FEMA is not subject to any obligations or liable to any party for any matter relating to the contract. b. Applicability. FEMA recommends that the non-Federal entity include a provision in its contract that states that the Federal Government is not a party to the contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. c. "The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract." 18. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS a. Standard. Recipients must comply with the requirements of The False Claims Act(31 U.S.C.§§3729- 3733)which prohibits the submission of false or fraudulent claims for payment to the federal government. See DHS Standard Terms and Conditions: Version 8.1 (2018); and 31 U.S.C. §§ 3801-3812, which details the administrative remedies for false claims and statements made. The non-Federal entity must include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to its actions pertaining to the contract. b. Applicability. FEMA recommends that the non-Federal entity include a provision in its contract that the contractor acknowledges that 31 U.S.C. Chap. 38(Administrative Remedies for False Claims and Statements) applies to its actions pertaining to the contract. c. "The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract." d. In the event FTA or DOT funding is used by a Participating Public Agency, Contractor further acknowledges U.S. DOT regulations, "Program Fraud Civil Remedies," 49 CFR Part 31, and apply to its actions pertaining to this Contract. Upon execution of the underlying Contract, Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to me made, pertaining to the underlying Contract or the FTA assisted project for which this Contract Work is being performed. In addition to other penalties that may be applicable, Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on Contractor to the extent the Federal Government deems appropriate. Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 Contractor also acknowledges that if it makes, or causes to me made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307 (n)(1) on the Contractor, to the extent the Federal Government deems appropriate. Contractor agrees to include the above clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. Offeror agrees to comply with all terms and conditions outlined in the FEMA Special Conditions section of this solicitation. Offeror's Name: Galls,LLC Address, City, State, and Zip Code: 1340 Russell Cave Road Lexington,KY 40505 Phone Number: 844-464-2557 Fax Number: 859-268-5971 Printed Name and Title of Authorized Representative: Mike Fadden,CEO Email Address: bidreview@galls.com Signature of Authorized Representative: /09.414 QUAL Date: 06/11/2025 f Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4C67-97FC-E572773DCC78 bee Emma u upioaaea aeparateiy Exhibit G New Jersey Business Compliance NEW JERSEY BUSINESS COMPLIANCE Suppliers intending to do business in the State of New Jersey must comply with policies and procedures required under New Jersey statues. All offerors submitting proposals must complete the following forms specific to the State of New Jersey. Completed forms should be submitted with the offeror's response to the RFP. Failure to complete the New Jersey packet will impact OMNIA Partners' ability to promote the Master Agreement in the State of New Jersey. DOC#1 Ownership Disclosure Form DOC#2 Non-Collusion Affidavit DOC#3 Affirmative Action Affidavit DOC#4 Political Contribution Disclosure Form DOC#5 Stockholder Disclosure Certification DOC#6 Disclosure of Investment Activities in Iran DOC#7 Certification of Non-Involvement in Prohibited Activities in Russia or Belarus DOC#8 New Jersey Business Registration Certificate DOC #9 EEOAA Evidence DOC #10 MacBride Principals Form New Jersey suppliers are required to comply with the following New Jersey statutes when applicable: • all anti-discrimination laws, including those contained in N.J.S.A. 10:2-1 through N.J.S.A. 10:2- 14,N.J.S.A. 10:5-1, and N.J.S.A. 10:5-31 through 10:5-38; • Prevailing Wage Act, N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the Act; • Public Works Contractor Registration Act,N.J.S.A. 34:11-56.26; and • Bid and Performance Security, as required by the applicable municipal or state statutes. Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 Exhibit G New Jersey Business Compliance NEW JERSEY BUSINESS COMPLIANCE Suppliers intending to do business in the State of New Jersey must comply with policies and procedures required under New Jersey statues. All offerors submitting proposals must complete the following forms specific to the State of New Jersey. Completed forms should be submitted with the offeror's response to the RFP. Failure to complete the New Jersey packet will impact OMNIA Partners' ability to promote the Master Agreement in the State of New Jersey. DOC #1 Ownership Disclosure Form DOC #2 Non-Collusion Affidavit DOC #3 Affirmative Action Affidavit DOC #4 Political Contribution Disclosure Form DOC #5 Stockholder Disclosure Certification DOC #6 Disclosure of Investment Activities in Iran DOC #7 Certification of Non-Involvement in Prohibited Activities in Russia or Belarus DOC #8 New Jersey Business Registration Certificate DOC #9 EEOAA Evidence DOC #10 MacBride Principals Form New Jersey suppliers are required to comply with the following New Jersey statutes when applicable: • all anti-discrimination laws, including those contained in N.J.S.A. 10:2-1 through N.J.S.A. 10:2-14, N.J.S.A. 10:5-1, and N.J.S.A. 10:5-31 through 10:5-38; • Prevailing Wage Act, N.J.S.A. 34:11-56.26, for all contracts within the contemplation of the Act; • Public Works Contractor Registration Act, N.J.S.A. 34:11-56.26; and • Bid and Performance Security, as required by the applicable municipal or state statutes. Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 DOC #1 STATEMENT OF OWNERSHIP DISCLOSURE N.J.S.A. 52:25-24.2 (P.L. 1977, c.33, as amended by P.L. 2016, c.43) This statement shall be completed, certified to, and included with all bid and proposal submissions. Failure to submit the required information is cause for automatic rejection of the bid or proposal. Name of Organization: Galls, LLC Organization Address: 1340 Russell Cave Road Lexington, KY 40505 Part I Check the box that represents the type of business organization: ElSole Proprietorship (skip Parts II and III, execute certification in Part IV) O Non-Profit Corporation (skip Parts II and III, execute certification in Part IV) O For-Profit Corporation (any type) ®Limited Liability Company (LLC) O Partnership O Limited Partnership O Limited Liability Partnership (LLP) O Other (be specific): Part II O The list below contains the names and addresses of all stockholders in the corporation who own 10 percent or more of its stock, of any class, or of all individual partners in the partnership who own a 10 percent or greater interest therein, or of all members in the limited liability company who own a 10 percent or greater interest therein, as the case may be. (COMPLETE THE LIST BELOW IN THIS SECTION) OR O No one stockholder in the corporation owns 10 percent or more of its stock, of any class, or no individual partner in the partnership owns a 10 percent or greater interest therein, or no member in the limited liability company owns a 10 percent or greater interest therein, as the case may be. (SKIP TO PART IV) (Please attach additional sheets if more space is needed): Name of Individual or Business Home Address (for Individuals) or Business Address Entity Galls Intermediate Holdings, LLC 100% 1340 Russell Cave Road Lexington, KY 40505 Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 Part III DISCLOSURE OF 10% OR GREATER OWNERSHIP IN THE STOCKHOLDERS, PARTNERS OR LLC MEMBERS LISTED IN PART II If a bidder has a direct or indirect parent entity which is publicly traded, and any person holds a 10 percent or greater beneficial interest in the publicly traded parent entity as of the last annual federal Security and Exchange Commission (SEC) or foreign equivalent filing, ownership disclosure can be met by providing links to the website(s) containing the last annual filing(s) with the federal Securities and Exchange Commission (or foreign equivalent) that contain the name and address of each person holding a 10% or greater beneficial interest in the publicly traded parent entity, along with the relevant page numbers of the filing(s) that contain the information on each such person. Attach additional sheets if more space is needed. Website (URL) containing the last annual SEC (or foreign equivalent) filing Page#'s Please list the names and addresses of each stockholder, partner or member owning a 10 percent or greater interest in any corresponding corporation, partnership and/or limited liability company (LLC) listed in Part II other than for any publicly traded parent entities referenced above. The disclosure shall be continued until names and addresses of every noncorporate stockholder, and individual partner, and member exceeding the 10 percent ownership criteria established pursuant to N.J.S.A. 52:25-24.2 has been listed. Attach additional sheets if more space is needed. Stockholder/Partner/Member and Home Address (for Individuals) or Business Address Corresponding Entity Listed in Part II Galls Parent Holdings, 100% 1340 Russell Cave Road Lexington, KY 40505 Part IV Certification I, being duly sworn upon my oath, hereby represent that the foregoing information and any attachments thereto to the best of my knowledge are true and complete. I acknowledge: that I am authorized to execute this certification on behalf of the bidder/proposer; that the <name of contracting unit> is relying on the information contained herein and that I am under a continuing obligation from the date of this certification through the completion of any contracts with <type of contracting unit>to notify the <type of contracting unit> in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification, and if I do so, I am subject to criminal prosecution under the law and that it will constitute a material breach of my agreement(s)with the, permitting the <type of contracting unit>to declare any contract(s) resulting from this certification void and unenforceable. Full Name Title: (Print): Mike Fadden CEO Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 Signature: Date: 06/11/2025 7,9.g fQZ1srat., Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 DOC #2 NON-COLLUSION AFFIDAVIT STANDARD BID DOCUMENT REFERENCE Reference: VII-H Name of Form: NON-COLLUSION AFFIDAVIT Statutory Reference: No specific statutory reference State Statutory Reference N.J.S.A. 52:34-15 Instructions Reference: Statutory and Other Requirements VII-H The Owner's use of this form is optional. It is used to ensure that the bidder has not participated in any collusion Description: with any other bidder or Owner representative or otherwise taken any action in restraint of free and competitive bidding. Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4C137-97FC-E572773DCC78 NON-COLLUSION AFFIDAVIT Kentucky State of New Jersey County of Fayette ss: I, Mike Fadden residing in Lexington (name of affiant) (name of municipality) in the County of Fayette and State of Kentucky of full age, being duly sworn according to law on my oath depose and say that: I am CEO of the firm of Galls, LLC (title or position) (name of firm) the bidder making this Proposal for the bid entitled Direct Purchase of Apparel,Uniforms,Accessories,Products, and that I executed the said proposal with (title of bid proposal) full authority to do so that said bidder has not, directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in connection with the above named project; and that all statements contained in said proposal and in this affidavit are true and correct, and made with full knowledge that the REgion 4 ESC relies upon the truth of the statements contained in said Proposal (name of contracting unit) and in the statements contained in this affidavit in awarding the contract for the said project. I further warrant that no person or selling agency has been employed or retained to solicit or secure such contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, except bona fide employees or bona fide established commercial or selling agencies maintained by Galls, LLC Subscribed and sworn to before me this day '7'2)6 91$1411—, Signature l 11th day of June 2 025 Mike Fadden (T or print me of flan nder signature) o ary public of DAVIDALLEN KIOWEIt NOTARY Pueltc My Commission expires WKentucky,Stao At Urpe omoln rPl1 7 027 (Seal) Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 DOC #3 AFFIRMATIVE ACTION AFFIDAVIT (P.L. 1975, C.127) Company Name: Galls, LLC Street: 1340 Russell Cave Road City, State, Zip Code: Lexington, KY 40505 Proposal Certification: Indicate below company's compliance with New Jersey Affirmative Action regulations. Company's proposal will be accepted even if company is not in compliance at this time. No contract and/or purchase order may be issued, however, until all Affirmative Action requirements are met. Required Affirmative Action Evidence: Procurement, Professional & Service Contracts (Exhibit A) Vendors must submit with proposal: 1. A photocopy of a valid letter that the contractor is operating under an existing Federally approved or sanctioned affirmative action program (good for one year from the date of the letter); OR 2. A photocopy of a Certificate of Employee Information Report approval, issued in accordance with N.J.A.C. 17:27-4; OR 3. A photocopy of an Employee Information Report (Form AA302) provided by the Division of Contract Compliance and Equal Employment Opportunity in Public Contracts and distributed to the public agency to be completed by the contractor in accordance with N.J.A.C. 17:27-4. Public Work— Over $50.000 Total Proiect Cost: A. No approved Federal or New Jersey Affirmative Action Plan. We will complete Report Form AA201. A project contract ID number will be assigned to your firm upon receipt of the completed Initial Project Workforce Report (AA201) for this contract. B. Approved Federal or New Jersey Plan — certificate enclosed I further certify that the statements and information contained herein, are complete and correct to the best of my knowledge and belief. 06/11/2025 Quire& Date Auth6llied Signpfure and Title Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 Certification 48619 CERTIFICATE OF EMPLOYEE INFORMATION REPORT RENEWAL This is to certify that the contractor listed below has submitted an Employee Information Report pursuant to NJ.A.C.17:27-1.1 et.seq.and the State Treasurer has approved said report. This approval will remain in effect for the period of 15-May-2024 to 15-May-2027 Y 4' GALLS, LLC •..,,:4 _;•¢ „ 1340 RUSSELL CAVE ROAD 4 . fir" I " ,+` ' �p LEXINGTON KY - 1 •:;„, r..- ,--; . ELIZABETH MAHER MUOIO .,1/4 .. State Treasurer Docusign Envelope IDS 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 DOC #3, continued P.L. 1995, c. 127 (N.J.A.C. 17:27) MANDATORY AFFIRMATIVE ACTION LANGUAGE PROCUREMENT. PROFESSIONAL AND SERVICE CONTRACTS During the performance of this contract, the contractor agrees as follows: The contractor or subcontractor, where applicable, will not discriminate against any employee or applicant for employment because of age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor will take affirmative action to ensure that such applicants are recruited and employed, and that employees are treated during employment, without regard to their age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Public Agency Compliance Officer setting forth provisions of this non-discrimination clause. The contractor or subcontractor, where applicable will, in all solicitations or advertisement for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation. The contractor or subcontractor, where applicable, will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the labor union or workers' representative of the contractor's commitments under this act and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor or subcontractor, where applicable, agrees to comply with any regulations promulgated by the Treasurer pursuant to P.L. 1975, c. 127, as amended and supplemented from time to time and the Americans with Disabilities Act. The contractor or subcontractor agrees to attempt in good faith to employ minority and female workers trade consistent with the applicable county employment goal prescribed by N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time or in accordance with a binding determination of the applicable county employment goals determined by the Affirmative Action Office pursuant to N.J.A.C. 17:27-5.2 promulgated by the Treasurer pursuant to P.L. 1975, C.127, as amended and supplemented from time to time. The contractor or subcontractor agrees to inform in writing appropriate recruitment agencies in the area, including employment agencies, placement bureaus, colleges, universities, labor unions, that it does not discriminate on the basis of age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and that it will discontinue the use of any recruitment agency which engages in direct or indirect discriminatory practices. The contractor or subcontractor agrees to revise any of it testing procedures, if necessary, to assure that all personnel testing conforms with the principles of job-related testing, as established by the statutes and court decisions of the state of New Jersey and as established by applicable Federal law and applicable Federal court decisions. The contractor or subcontractor agrees to review all procedures relating to transfer, upgrading, downgrading and lay-off to ensure that all such actions are taken without regard to age, creed, color, national origin, ancestry, marital status, sex, affectional or sexual orientation, and conform with the applicable employment goals, consistent with the statutes and court decisions of the State of New Jersey, and applicable Federal law and applicable Federal court decisions. The contractor and its subcontractors shall furnish such reports or other documents to the Affirmative Action Office as may be requested by the office from time to time in order to carry out the purposes of these regulations, and public agencies shall furnish such information as may be requested by the Affirmative Action Office for conducting a compliance investigation pursuant to Subchapter 10 of the Administrative Code (NJAC 17:27). Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 Signature of Procurement Agent Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 DOC#4 C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Public Agency Instructions This page provides guidance to public agencies entering into contracts with business entities that are required to file Political Contribution Disclosure forms with the agency. It is not intended to be provided to contractors.What follows are instructions on the use of form local units can provide to contractors that are required to disclose political contributions pursuant to N.J.S.A. 19:44A-20.26 (P.L. 2005, c. 271, s.2). Additional information on the process is available in Local Finance Notice 2006-1 (httn://www.ni.eov/dca/divisions/dlgs/resources/lfns 2006.html).Please refer back to these instructions for the appropriate links, as the Local Finance Notices include links that are no longer operational. 1. The disclosure is required for all contracts in excess of$17,500 that are not awarded pursuant to a"fair and open"process (N.J.S.A. 19:44A-20.7). 2. Due to the potential length of some contractor submissions,the public agency should consider allowing data to be submitted in electronic form (i.e., spreadsheet, pdf file, etc.). Submissions must be kept with the contract documents or in an appropriate computer file and be available for public access. The form is worded to accept this alternate submission. The text should be amended if electronic submission will not be allowed. 3. The submission must be received from the contractor and on file at least 10 days prior to award of the contract. Resolutions of award should reflect that the disclosure has been received and is on file. 4. The contractor must disclose contributions made to candidate and party committees covering a wide range of public agencies, including all public agencies that have elected officials in the county of the public agency, state legislative positions, and various state entities. The Division of Local Government Services recommends that contractors be provided a list of the affected agencies. This will assist contractors in determining the campaign and political committees of the officials and candidates affected by the disclosure. a. The Division has prepared model disclosure forms for each county. They can be downloaded from the"County PCD Forms"link on the Pay-to-Play web site at htto://www.ni.eovidca/divisions/dIgthrograms/locl.html#12. They will be updated from time-to-time as necessary. b. A public agency using these forms should edit them to properly reflect the correct legislative district(s). As the forms are county-based,they list all legislative districts in each county. Districts that do not represent the public agency should be removed from the lists. c. Some contractors may find it easier to provide a single list that covers all contributions,regardless of the county. These submissions are appropriate and should be accepted. d. The form may be used"as-is",subject to edits as described herein. e. The"Contractor Instructions"sheet is intended to be provided with the form. It is recommended that the Instructions and the form be printed on the same piece of paper. The form notes that the Instructions are printed on the back of the form;where that is not the case,the text should be edited accordingly. f. The form is a Word document and can be edited to meet local needs,and posted for download on web sites,used as an e-mail attachment,or provided as a printed document. 5. It is recommended that the contractor also complete a"Stockholder Disclosure Certification." This will assist the local unit in its obligation to ensure that contractor did not make any prohibited contributions to the committees listed on the Business Entity Disclosure Certification in the 12 months prior to the contract (See Local Finance Notice 2006-7 for additional information on this obligation at httn://www.ni.eov/dca/divisions/dies/resources/lfns 2006.html). A sample Certification form is part of this package and the instruction to complete it is included in the Contractor Instructions. NOTE: This section is not applicable to Boards of Education. Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 DOC#4, continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Contractor Instructions Business entities (contractors) receiving contracts from a public agency that are NOT awarded pursuant to a "fair and open" process(defined at N.J.S.A. 19:44A-20.7)are subject to the provisions of P.L.2005,c.271,s.2(N.J.S.A. 19:44A-20.26). This law provides that 10 days prior to the award of such a contract,the contractor shall disclose contributions to: • any State,county,or municipal committee of a political party • any legislative leadership committee* • any continuing political committee(a.k.a.,political action committee) • any candidate committee of a candidate for,or holder of,an elective office: o of the public entity awarding the contract o of that county in which that public entity is located o of another public entity within that county o or of a legislative district in which that public entity is located or,when the public entity is a county, of any legislative district which includes all or part of the county The disclosure must list reportable contributions to any of the committees that exceed $300 per election cycle that were made during the 12 months prior to award of the contract. See N.J.S.A. 19:44A-8 and 19:44A-16 for more details on reportable contributions. N.J.S.A. 19:44A-20.26 itemizes the parties from whom contributions must be disclosed when a business entity is not a natural person. This includes the following: • individuals with an"interest"ownership or control of more than 10%of the profits or assets of a business entity or 10% of the stock in the case of a business entity that is a corporation for profit • all principals,partners,officers,or directors of the business entity or their spouses • any subsidiaries directly or indirectly controlled by the business entity • IRS Code Section 527 New Jersey based organizations,directly or indirectly controlled by the business entity and filing as continuing political committees,(PACs). When the business entity is a natural person, "a contribution by that person's spouse or child, residing therewith, shall be deemed to be a contribution by the business entity." IN.J.S.A. 19:44A-20.26(b)]The contributor must be listed on the disclosure. Any business entity that fails to comply with the disclosure provisions shall be subject to a fine imposed by ELEC in an amount to be determined by the Commission which may be based upon the amount that the business entity failed to report. The enclosed list of agencies is provided to assist the contractor in identifying those public agencies whose elected official and/or candidate campaign committees are affected by the disclosure requirement. It is the contractor's responsibility to identify the specific committees to which contributions may have been made and need to be disclosed. The disclosed information may exceed the minimum requirement. The enclosed form, a content-consistent facsimile, or an electronic data file containing the required details (along with a signed cover sheet) may be used as the contractor's submission and is disclosable to the public under the Open Public Records Act. The contractor must also complete the attached Stockholder Disclosure Certification. This will assist the agency in meeting its obligations under the law. NOTE: This section does not apply to Board of Education contracts. * N.J.S.A. 19:44A-3(s): "The term "legislative leadership committee" means a committee established, authorized to be established, or designated by the President of the Senate, the Minority Leader of the Senate, the Speaker of the General Assembly or the Minority Leader of the General Assembly pursuant to section 16 of P.L.1993, c.65 (C.19:44A-10.1)for the purpose of receiving contributions and making expenditures." Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 DOC#4, continued C. 271 POLITICAL CONTRIBUTION DISCLOSURE FORM Required Pursuant to N.J.S.A. 19:44A-20.26 This form or its permitted facsimile must be submitted to the local unit no later than 10 days prior to the award of the contract. Part I - Vendor Information I Vendor Name: I Galls, LLC I Address: I 1340 Russell Cave Road CitY: I Lexinaton I State: KY I Zip:40505 The undersigned being authorized to certify, hereby certifies that the submission provided herein represents compliance with the provisions of N.J.S.A. 19:44A-20.26 and as represented by the Instructions accompanying this form. 9 avaMike Fadden CEO Signature ' Printed Name Title Part II - Contribution Disclosure Disclosure requirement: Pursuant to N.J.S.A. 19:44A-20.26 this disclosure must include all reportable political contributions (more than $300 per election cycle) over the 12 months prior to submission to the committees of the government entities listed on the form provided by the local unit. ❑ Check here if disclosure is provided in electronic form Contributor Name Recipient Name Date Dollar Amount N/A N/A N/A $ N/A ❑ Check here if the information is continued on subsequent page(s) Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 DOC #4, continued List of Agencies with Elected Officials Required for Political Contribution Disclosure N.J.S.A. 19:44A-20.26 County Name: State: Governor, and Legislative Leadership Committees Legislative District#s: State Senator and two members of the General Assembly per district. County: Freeholders County Clerk Sheriff {County Executive) Surrogate Municipalities (Mayor and members of governing body, regardless of title): USERS SHOULD CREATE THEIR OWN FORM, OR DOWNLOAD FROM THE PAY TO PLAY SECTION OF THE DLGS WEBSITE A COUNTY-BASED, CUSTOMIZABLE FORM. Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 DOC #5 STOCKHOLDER DISCLOSURE CERTIFICATION Name of Business: 0' I certify that the list below contains the names and home addresses of all stockholders holding 10% or more of the issued and outstanding stock of the undersigned. OR 0 I certify that no one stockholder owns 10% or more of the issued and outstanding stock of the undersigned. Check the box that represents the type of business organization: 0 Partnership 0 Corporation 0 Sole Proprietorship ['Limited Partnership laLimited Liability Corporation ['Limited Liability Partnership 0Subchapter S Corporation Sign and notarize the form below, and, if necessary, complete the stockholder list below. _Stockholders: Name: Galls Intermediate Holdings, LLC 100% Name: Home Address: 1340 Russell Cave Road Home Address: Lexington, KY 40505 Name: Name: Home Address: Home Address: Name: Name: Home Address: Home Address: ack Subscribed and sworn before me this 11thday of /119,14 June , 2925 / )ffiant) (Notary Public) offa.,1u /✓ !l Mike Fadden, CEO Oh�IOT RY PUBL c"` (Print name &title of affiant) My Commission expires: &"1: s " " e4 ley Commission ptr s01i7<n°27 (Corporate Seal) Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 DOC #6 ,4 4 DISCLOSURE OF INVESTMENT ACTIVITIES IN IRAN FORM 1 f STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY-DIVISION OF PURCHASE AND PROPERTY 33 WEST STATE STREET,P.O.BOX 230 TRENTON,NEW JERSEY 08625-0230 BID SOLICITATION#AND TITLE: 25-10 Direct Purchase of Apparel, Uniforms,Accessories, Products VENDOR NAME: Galls, LLC Pursuant to N.J.S.A.52:32-57,et seq.(P.L.2012,c.25 and P.L.2021,c.4)any person or entity that submits a bid or proposal or otherwise proposes to enter into or renew a contract must certify that neither the person nor entity,nor any of its parents,subsidiaries,or affiliates,is identified on the New Jersey Department of the Treasury's Chapter 25 List as a person or entity engaged in investment activities in Iran. The Chapter 25 list is found on the Division's website at httos://www state.ni.us/treasury/purchase/odf/Chapter25List.pdf. Vendors/Bidders must review this list prior to completing the below certification. If the Director of the Division of Purchase and Property finds a person or entity to be in violation of the law,s/he shall take action as may be appropriate and provided by law,rule or contract,including but not limited to,imposing sanctions,seeking compliance,recovering damages,declaring the party in default and seeking debarment or suspension of the party. ,-�( CHECK THE APPROPRIATE BOX I V I certify,pursuant to N.J.S.A.52:32-57,et seq.(P.L.2012,c.25 and P.L.2021,c.4),that neither the Vendor/Bidder listed above nor any of its parents, subsidiaries,or affiliates is listed on the New Jersey Department of the Treasury's Chapter 25 List of entities determined to be engaged in prohibited activities in Iran. I am unable to certify as above because the Vendor/Bidder and/or one or more of its parents,subsidiaries,or affiliates is listed on the New Jersey Department of the Treasury's Chapter 25 List.I will provide a detailed,accurate and precise description of the activities of the Vendor/Bidder,or one of its parents,subsidiaries or affiliates,has engaged in regarding investment activities in Iran by completing the information requested below. Entity Engaged in Investment Activities Relationship to Vendor/Bidder Description of Activities Duration of Engagement Anticipated Cessation Date *Attach Additional Sheets If Necessary. CERTIFICATION I,the undersigned,certify that I am authorized to execute this certification on behalf of the Vendor,that the foregoing information and any attachments hereto,to the best of my knowledge are true and complete.I acknowledge that the State of New Jersey is relying on the information contained herein,and that the Vendor is under a continuing obligation from the date of this certification through the completion of any contract(s)with the State to notify the State in writing of any changes to the information contained herein;that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification.If I do so,I may be subject to criminal prosecution under the law,and it will constitute a material breach of my contract(s)with the State,permitting the State to declare any contract(s) resulting from this certification void and unenforceable. 06/11/2025 Sig"r�dEure Date MikelFadden, CEO Print Name and Title DPP Rev 12 13.2021 DOC #7 Version February 12,2025 r, (� i Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 CERTIFICATION OF NON-INVOLVEMENT IN PROHIBITED ACTIVITIES IN RUSSIA OR BELARUS Pursuant to N.J.S.A.52:32-60.1,et seq.(L.2022,c.3)any person or entity(hereinafter"Vendors")that seeks to enter into or renew a contract with a State agency for the provision of goods or services,or the purchase of bonds or other obligations,must complete the certification below indicating whether or not the Vendor is identified on the Office of Foreign Assets Control (OFAC) Specially Designated Nationals and Blocked Persons list, available here: httos://sanctionssearch.ofac.treas.gov/. If the Department of the Treasury finds that a Vendor has made a certification in violation of the law,it shall take any action as may be appropriate and provided by law,rule or contract,including but not limited to,imposing sanctions,seeking compliance,recovering damages,declaring the party in default and seeking debarment or suspension of the party. I,the undersigned, certify that I have read the definition of"Vendor" below, and have reviewed the Office of Foreign Assets Control (OFAC) Specially Designated Nationals and Blocked Persons list,and having done so certify: (Check the Appropriate Box) That the Vendor is not identified on the OFAC Specially Designated Nationals and Blocked Persons list on account of activity related to A. Russia and/or Belarus. OR That I am unable to certify as to "A" above, because the Vendor is identified on the OFAC Specially Designated Nationals OB. and Blocked Persons list on account of activity related to Russia and/or Belarus. OR That I am unable to certify as to"A"above,because the Vendor is identified on the OFAC Specially Designated Nationals and Blocked Persons list.However,the Vendor is engaged in activity related to Russia and/or Belarus consistent with federal law,regulation,license C. or exemption. A detailed description of how the Vendor's activity related to Russia and/or Belarus is consistent with federal law is set forth below. (Attach Additional Sheets If QNecessary.) /��I 9150 4. 06/11/2025 Signay of Vendor's Porized Representative Date Mike Fadden, CEO 20-3545989 Print Name and Title of Vendor's Authorized Representative Vendor's FEIN Galls, LLC 844-464-2557 Vendor's Name Vendor's Phone Number 1340 Russell Cave Road 859-268-5971 Vendor's Address(Street Address) Vendor's Fax Number Lexington, KY 40505 bidreview@galls.com Vendor's Address(City/State/Zip Code) Vendor's Email Address Vendor means: (1) A natural person, corporation, company, limited partnership, limited liability partnership, limited liability company, business association, sole proprietorship,joint venture, partnership, society, trust, or any other nongovernmental entity, organization, or group; (2)Any governmental entity or instrumentality of a government,including a multilateral development institution,as defined in Section 1701(c)(3)of the International Financial Institutions Act,22 U.S.C.262r(c)(3);or(3)Any parent,successor,subunit,direct or indirect subsidiary,or any entity under common ownership or control with,any entity described in paragraph(1)or(2).NJ Rev.1.22.2024 DOC #8 Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 NEW JERSEY BUSINESS REGISTRATION CERTIFICATE (N.J.S.A. 52:32-44) Offerors wishing to do business in New Jersey must submit their State Division of Revenue issued Business Registration Certificate with their proposal here. Failure to do so will disqualify the Offeror from offering products or services in New Jersey through any resulting contract. httbs://www.niportal.com/DOR/BusinessReciistration/ Version February 12,2025 Docusign Envelope ID: 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 LJILY J.JJ 111Y1 �..,,...oMa���,ant of Treasury-Division of Revenue,On-Line Inquiry 110 STATE OF NEW JERSEY BUSINESS REGISTRATION CERTIFICATE Taxpayer Name: GALLS,LLC Trade Name: Address: 600 MEADOWLANDS PKWY STE 24 SECAUCUS, NJ 07094 Certificate Number: 1195095 Effective Date: November 30,2005 Date of Issuance: August 29,2024 For Office Use Only: 20240829093307221 https://www1.state.nj.us/TYTR_BRC/servlet/common/BRCLogin 1/1 Docusign Envelope ID. 149A8CBB-6DF2-4CB7-97FC-E572773DCC78 DOC #9 EEOAA EVIDENCE Equal Employment Opportunity/Affirmative Action Goods, Professional Services & General Service Projects EEO/AA Evidence Vendors are required to submit evidence of compliance with N.J.S.A. 10:5-31 et seq. and N.J.A.C. 17:27 in order to be considered a responsible vendor. One of the following must be included with submission: • Copy of Letter of Federal Approval • Certificate of Employee Information Report • Fully Executed Form AA302 • Fully Executed EEO-1 Report See the guidelines at: https://www.state.ni.us/treasury/contract compliance/documents/pdf/guidelines/pa.od f for further information. I certify that my bid package includes the required evidence per the above list and State website. Name: Mike Fadden Title: CEO Signature " 4 9510� Date: 06/11/2025 Docusign Envelope ID: 149A8CBB-6DF2-4C137-97FC-E572773DCC78 Certification 48619 CERTIFICATE OF EMPLOYEE INFORMATION REPORT RENEWAL This is to certify that the contractor list below has submitted an Employee Information Report pursuant to NJ.A.C. 17:27-1.1 et.seq.and the State Treasurer has approved said report. This approval will remain in effect for the period of 1 ay-2024 to 15-May-2027 N Rs I GALLS, LLC +_ i111 1340 RUSSELL CAVE ROAD " _/' r LEXINGTON KY 40505 ,.-h;; +, ELIZABETH MAHER MUOIO State Treasurer Docusign Envelope ID! 149A8CBB-6DF2-4C137-97FC-E572773DCC78 DOC #10 +nary MACBRIDE-PRINCIPLES ! STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY-DIVISION OF PURCHASE AND PROPERTY 33 WEST STATE STREET,P.O.BOX 230 TRENTON, NEW JERSEY 08625-0230 25-10 Direct Purchase of Apparel, Uniforms,Accessories, Products BID SOLICITATION#AND TITLE: Galls, LLC VENDOR NAME: Pursuant to Public Law 1995,c. 134,a responsible Vendor/Bidder is required to provide a certification in compliance with the MacBride Principles and Northern Ireland Act of 1989. Pursuant to N.J.S.A.52:34-12.2,Vendor/Bidder must complete the certification below by checking one of the two options listed below and signing where indicated. If a Vendor/Bidder that would otherwise be awarded a purchase,contract or agreement does not complete the certification,then the Director may determine,in accordance with applicable law and rules,that it is in the best interest of the State to award the purchase,contract or agreement to another Vendor/Bidder that has completed the certification and has submitted a bid within five(5)percent of the most advantageous bid. If the Director finds contractors to be in violation of the principles that are the subject of this law, he/she shall take such action as may be appropriate and provided by law, rule or contract,including but not limited to,imposing sanctions, seeking compliance,recovering damages,declaring the party in default and seeking debarment or suspension of the party. I,the undersigned,on behalf the Vendor/Bidder,certify pursuant to N.J.S.A.52:34-12.2 that: CHECK THE APPROPRIATE BOX I The Vendor/Bidder has no business operations in Northern Ireland;or The Vendor/Bidder will take lawful steps in good faith to conduct any business operations it has in Northern Ireland in accordance riwith the MacBride principles of nondiscrimination in employment as set forth in section 2 of P.L.1987,c.177(N.J.S.A.52:18A-89.5) and in conformance with the United Kingdom's Fair Employment(Northern Ireland)Act of 1989,and permit independent monitoring of its compliance with those principles. CERTIFICATION I,the undersigned,certify that I am authorized to execute this certification on behalf of the Vendor,that the foregoing information and any attachments hereto,to the best of my knowledge are true and complete.I acknowledge that the State of New Jersey is relying on the information contained herein, and that the Vendor is under a continuing obligation from the date of this certification through the completion of any contract(s)with the State to notify the State in writing of any changes to the information contained herein; that I am aware that it is a criminal offense to make a false statement or misrepresentation in this certification. If I do so,I may be subject to criminal prosecution under the law,and it will constitute a material breach of my contract(s)with the State,permitting the State to declare any contract(s)resulting from this certification void and unenforceable. •.1414 Qaadt-i. 06/11/2025 Signr 7 Date Mike Fadden, CEO Print Name and Title Version February 12,2025